HomeMy WebLinkAboutContract 56583��+-� �,-•�.� r.
�F ��w,. ����f
��,ti'�r�,�4�1' �lt�.
���� �����
�'�)�I'I�1�11�"f
w �1It
'TiI�� �"{_)ir2�'�'i2UC''1'���'r] [��
F ����� ixi����11��J ��liF 1��
��V����� �'�tAI�I�Ni���1[�1�1 �I:�I� �1�i�-�yA�
c:���� ���o,;��x :+�Q. I��;o�
�`:�" l�o. �7i���i
�����.lEtc C'b�k�r ����i� �����C��
��ayUr C'ity ,'�7nl�a�e�
Chr�stc��llc�` l���rcie�•, 1',!?.
Drr�;ct�e_ 1�4+:�ter I�c���:rc�r�ent
1�4+i�lium A. �ol}R3�i,r3
I�ircct�a�. ��'r�n����r�cic�T� a�tci P�hlic �1`�rtis �c�artme�t
��-epar�c� �n�-
�I�e �'ity �i` �`or� Wo�-�h
i]�T�ticr �)e��r#r�kc�wt
��������7����
� '���•�F `I�-����� ���
�4 � i +F �
i
� # •' � .'� * ��
� + .:...,,.++�.....,. :�+�
� JCr53� k�^2CK0.....�
��' �*+1 ?�;(}{'�� � ��
� � = : f+�.r.,,f
�� lr, c . 1������
�S��jr . ' ��
���
��f�������
���������q��
� ��,��'C�F�+F�-��#��
3 Fy
�{�� * �� �
"" ' ' * �
� # • .
�
� y.'.. `tF�ia..,..r..,i:#.�
� W�I�L:A� �. Y�ir,�r�rJ �
� �.�i...,� �770 � ... �
.'��
#�� � � _������
i -��`JA � ��
��
����������
1'repal`�d �y:
���i� ����0��
�
'fcx:s� I�e�s�ercc! �.��Litteer�trg 3�irni C--�?�i
k+ i i�tley•���{un �Jn, {�4ai�i l8l M
Q�F�#+4� ��G�D
�# �Y SF��t E7A�F
� ����� �
� fi
�►������.���.
C �t o � � o �°t �I �l � �th
�
Standard Construction Specification
Documents
Adopted September 2411
fl0 Q0 DO
STANDARD CONSTRUCTION SPECIFICATION 170Ci[MENTS
s�c�ioN o0 0o ao
TABLE �JF CONTENTS
Division OD - General Conditions
Page 1 oi4
Last Re�vised
DQ 05 10 Ma. or and Council Cammunication 07/0II2011
00 OS 15 Addenda 07/OII2011
QO 11 13 Invitation to Bidders 07/19/2021
OQ 21 13 Instructions to Bidders 48113/20�.1
00 35 13 Conflic# of Interest 5tatement 0112D/2012
00 41 00 Bid Form 09/11/2017
bp 42 43 1'ra osal Form Unit Pric� 06/27/2011
00 43 13 Bid Bond 08/13/2011
00 43 3'1 Vendar Corn lianee to State Law Nonresident Bidder 07/0112411
00 45 I1 Bidders Pre ualif'�cations 0$/1312�21
00 45 12 Fre .uali�cation 5taternent 07/01/2011
00 45 l 3 B.idder P'r� ualificatior� A lication 0'7/19/2021
00 45 26 Contractor Com liance with Workers' Cazn ensation Law 07/0112�21
00 45 40 Business E ui Goa� Q'7/fl1/2017
04 S2 43 A r��m�nt 0 812 3/202 1
00 61 13 Perfor�nance Bond 07/0 i 12011
OQ 61 14 Pa ent Bond 07/01/2011
00 61 19 Maintenance �3ond 03/09/2020
00 61 25 Certificate of Insurance a310912020
00 72 OQ General Conditions 07/01/201 I
00 73 00 Su lezne�tar Conditzons 08123/2021
Division Ol - Gencral Re uirements Last Revised
Ol 11 04 Sunazn� nf Wark 12/20/2012
Q1 25 00 Substitutian Procedures 07/01/2011
O1 31 i9 Preconstruction Meetin 08/17/2012
�1 3120 Pro'ect M�etin s 07/01/20I 1
01 32 16 Construction Pro ess Schedule 08/13/20I 1
O1 32 33 Preconstruation Video 071Q1120I1
Q1 33 p0 Subm.iitaIs 1 2/2 012 0 1 2
Ol 35 13 S ecial Pro'ect Proced.ures 12/20/20I2
O1 45 23 Testi and ins ectian Services 03/09/2020
Ol 5Q DO T�m ora Facilities and ControIs 07/01/2011
O1 55 26 Street Use Permit and ModificatiQns tp Tra�ftc Contral Q3/2212021
O1 57 13 5torm Water Pollution Prevention Plan 07/p 1/2Q 11
01 58 13 Tezn ox Pro'ect Si na e 07/0 1120 1 1
01 60 00 Product Re uirements 03/09/2020
Ol 66 i10 Product Stora e and Handlin Re uireme�ts 07/01/2011
01 70 00 Mc�biiizatzan and Remobilizatian 1 1/22120 1 6
O1 71 23 Construction Stakin and Surve 02/14/201$
O1 '74 23 Cleanin 0710 1/20 1 1
01 77 19 Closeout Re uirements Q312 212 0 2 1
CI'1'Y OF FORT WORTH NORTHPbINTE 2h-INCI� WATEk�'f1tANSMiSSION MAIN
STANDARD CONSTRIJCT[ON SPECIFICATIQN DQGLIMENTS City Project No. I�3505
Revisad August 23, 2U21
ao 00 00
STANDARD CON5T12LFC'!'IQN SPECIFICATION DOCUMENTS
Page 2 nf4
O1 7& 23 O eratian and Maintenance Data 12/20/2012
O1 78 39 Pro'ect Record Documents D'7/Q1120I i
Technical Speciiieations which #�ave been modi�iied by the Engineer specificaily for this
Project; hard copies are iucluded in the Pro,j�ct's Contract Documents
Date
Divzsiun 33 - Utilities Modified
33 04 12 Ma nesium Anode Cathodic Protection S st�m 07/23/2021
TechnicaI Specifications which have NOT be.en modified by' fhe En�xt�eer; hard copies are
included in the ProjecE's Contract Documents
Division 32 - Exierior Im rovenr�ents
32 13 13 Concrete 1'avin 03/19/2021
Division 33 - Utilities
33 04 10 Joint Bondin and Elec#rical Iso3ation 12/24/2012
33� 04 11 Corrosion Cantrol Test Stations 12120124I2
33 04 40 Cleanin and Acc� tar�ca'�'estin of Water Mains 42/0b/2�13
33 OS 10 Utili Trench Excavation, Emhedment, and Backfill f}410212021
33 OS 20 Au er Borin 12/2012Q12
33 05 21 Turinel Liner Plate 12/2Q12012
33 45 22 Steel Casin Pi e 12120126I2
33 OS 23 Hand Tunnelin 12/20/2012
33 OS 2� Installation of Carrier Pi e in Caszn or Tunnel Liner Plate Q6119/2013
33 11 10 I�uctile Iron Pi e 12/24/2012
33 11 11 Ductile Iron Fittin s 1212a/20I2
33 11 13 Cancrete Pressure pi e, Bar-Wra ed, 5teel C Iinder T e 12/2OI20I2
33 I 1 14 Buriad SteeI Fi e and Fittin s 12/20/2012
33 12 25 Cannection to E�stin Water Mains 02105J2D13
Technical Spec�cationa Iisted beIow are included for this �rnjeet by reference and can be
viewedldownloaded from the City's yvebsite at:
httn :llfprtworthtexas. �o�/tpw/contra ctars/
or .
httas://anns.fort+wort�texas. govlProieetResouurcesl
Divisian 02 - E�ishtt Canditions Last Revi�sed
D2 41 I S Pavin Remo�al 021D2J2016
Divisinn 03 - Concrete
Q3 3Q 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Stren h Material CLSM) 12/20/2012
Dxvision 31 - Earthwork
31 25 DO Erosion and Seditnent Control 04/29/2021
CITY pF FORT VJDRTH NORTHPOINTE 24-Ii�TGI-I WATER TIiANSM�$SIQ?Y MAIIY
STA�iDARD CQNSTRUCTiON SPECIFICATIDN DOCiTMENTS Cit� ProjectNo. 1�35�5
Revised August 23, 2021
00 0o ao
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS
Page 3 af 4
Division 32 - Exterior
32 D 1 29 Concrete Pavin Ke air
32 13 73 Cancrete Pavin loint Sealants
32 1� I3 Concrete Curb and Gut�ers and Valle Gutters
32 9I I9 To soil Placement and Finishin of Parkwa s
32 92 14 Non-Native Seedin
nivisinn 33 - Utilities
I2L20/2012
12/20/2012
14/05120I 6
12/20/2012
OSI13 2021
Division 34 - Trans ortation
34 71 13 Traff�c Control 11/22f20I3
Appendig
GC-4.D 1
GC-4.02
GC-6.05.D
GC-6.07
GC-6.09
GR-01 6� 00
A�ailability �f Lands
Subsurface and Physical Conditions
Minority and Women Owned Business Enterprise Compliance
Wage Rates
Permits and Utilities
Product Requirem��ts
END 0�' SECTION
CITY OF FO12T WQRTH NORI"HPOINTE 24-1NCH bi+AT�R T12AN5IvI155ION NfAIN
STANDARD CONSTRUCTION SPECIFICAT'lON DOCUMENTS Cily ProjectNo. 1�3505
Revised Augt�st 23, 2021
City of Fori Wor�h,
lVlayor an�
7exas
G�uncil Cor�r�unica�ior�
DATE: 1011912'{ M&C FILE NUMBER: M&C 21-0826
L�G NAM�: 60Nf'241NWM-KHAFU�[DING-SJLOUIS
SUBJECT
(Cp 7 and FW �iJ) Authorize �xecution of a Coniract wifh 5J Louis Construction o# Texas, l..td. i� the Amount of $3,940,D00.43 for the
Northpointe 24-inch Water Transmisslon Main (N41A) Proj�ct, Pravide for "Cotal Project Cos# in the Amount of $4,609,D25.{1Q, Adapt Resaiuiian
Expressing Official Intenf to fteim6urse �xpenditures wiih Proceeds of �uiure Debt, and AdoptAktached Appropriatian Ordinance
R�COMM� DATIQN:
It is recommended tha# the City Cauncil:
1. Authorize exe�ution of a contrac� with SJ l.ouis Conskruction of Texas, Ltd. in the amount of $3,940,000.43 for khe Northpointe 24-inch Water
Transmission Main (N4-1A} project;
2. Adopk fhe af#ached resalution ex�ressing offcial intent to reimburse expenditures with proceeds af future debt for the Northpointe 24-inch
Water Transrr�ission Main project; and
3. Adap� the attached appropriation ordinance adjus4ing appro�riations in the Water and 5e+nrer Gammercial Paper Fund by increasing
apprapriations in the Water and 5ewer Gommercisl Paper Fund in the amount of $4,5D9,025.OQ in the Northpointe 24-inch Water
'Cransmission Main (N4-1A) project (City Projecf I�o. 1 D3505) and decreasing appropriafions in the Unspacified project (Cify Pro�ect No.
UiVSPEC) by the same amount.
p SCUSS ON:
7his Mayflr and Gouneil Communication (M&C) is to aukhorize a construc#ion contract and apprapriate funding for the Nor�Frpninte 24-inch Water
Transmission Main (N4-1A) project.
Ganstruction of ihe praject was advertised for bid on August 19, 2021 and Augusfi 26, 2029 in the Forf Worth Star-Telegram. On Septernb�r 9,
2Q21, the folEowing bids were received:
'�Subsequent to receipt of bids, Canary Cor�sfruction, lnc. contacted the City and requested to witY�draw its bid due to subsequentiy discovered unit
cost 6id errors.
Funding in the amaunt of $99,250.00 Is also provided for e prof�ssional services agreement with Kimley-Hom & Associates, Inc, for construction
phase services far the Northpain#e 24-inch Water Transmission Main (N�}-1A) project.
In addition to the eantract cosis, $304,174.00 is required for project managetnenf, u#ility coordination, and material iesting and $157,60�.57 9s
pra�ided for project contingencies.
This project is anticipaied to be included In a future revenue bond issue for the Water & Sewer Fund. A�ailable cash within the Water and Sewer
por4folio and the Cifiy's portfolio along with the appropriatian aufhatity authorized under the Callaple Commercial Paper Program (CP) will be used
to pro�ide interim financing far this project untll debt is issued. Once debt associated with #hls project is sald, band proceeds w�ll 6e us�d to
reim6urse ihe Water and Sewer portFolio and the City's parlfol90 in accardance with the atiached reimbursement resolution. Under federal law, debt
must �e issued within approx€mately three years in order for these expenses ta �e reim�ursable. Adoption of ihe attached resolu#ian does not
o6ligate the City to sell bonds, but preserves th� abifiiy of the City to reimburse itself frorn tax-exempt bond proceeds. .
Appropriations forthe Northpoint� 24" Water 7ra�smiss9on Main (N4-9A) pro�ec# are as depicied below:
�und �xisiing Additfonal project 7ata['�
Approprlations Appropriatians
Water & 5ewer
Commercial Paper �a..aa $4,601,02�.00 $�,5.01,D25.OD
Fund - 56020 I �
ProjectTotal $O,OD $4,5D1,025.fl0 $4,5D'1,025.00
*Numbers rounded for presentation purposes.
7his project will ha�e no lmpact on the Water Department`s aperating budget when complefed.
Susiness Equity; SJ L.o.uis Construction of Texas Ltd. is in compiiance with City's Business Equity Ordinance by committing to �7 percent MWBE
participafion on this project. 7he Ciky's MW�E goal on this �rojecf is 17 percent.
The projec# is �ocated in COUNClL DISTRICT 7 and FW ETJ.
FISCAL NFORMA ION G� TfFiCAT �N'
7F�e Director of �inance certifies that funds are currently available in the UNS��C project within the W&S Cammerciaf f'aper Fund and upan
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W8�5 Commercial
Paper �und far the NS lV 24" Wa#er Main PH � A(Northpointe) prrsjeck fa support the approvak of ihe abo�e recommendations and execution of the
contract. Prior to an expenditure bei�g incurred, the Water De�artme�� has the responsi�ifity of verifying the availabiliiy of funds.
5�hmitt or Cit Man er's Of�ice b: Dana Burghdoff 8018
O i inatin B�sine s Unit Hea : Chris Harder 5020
Additi n! ormati n Gantact: Suzanne Abbe 82D9
�
v u �
E c �
U�f v�f .0 '� � D
�- o u � w
u ro � �
L � �
v �'�u� y
u � 0 � � C
�7 �... m m �-
"- m •`-' .� � w
v' � '� 'o 'o �
0. � a. � �/1 �
pIOIQIOjOlO
b 4.�0�0 O O
i�tT nlolblo0 Q
N al l O I n i.n rn
�l�l�l°'I�I�I�I�
����,����
��������
�`a�o,olol�l���
��������
�������n
,��������
o�0000fl�
��������,
0000r�aao
�rl �1 �n u� �n �n ut +r7
m m m m m m m m
O� O 4 O O O O
t-1 e-1 r-I r-1 r-I e-[ �--I �--1
Q O O r-1 .--f O C7 �--�
r-�I �-i Q Q O O L71 O
0 0 �n � .� in m .�
0 0 0 0 0 0 0 0
� �t m .-� � m .� .-+
n �m.-i m m�
ui u� �n �n �n ui cn Ln
0 0 0 0 0 0 0 0
� � c� � d � � �
Q p O O
O O O Q b O O O
�r�nnnnnn
a o 0 o a o 0 0
p Q Q O O O O b
N N N N N N N N
o a o 0 0 0 0 0
�o �a �o cn �o w �n �o
v� �n [n u� u� �n tn u1
ADD�NDUM NO. 1
CITY O� FORT WORTH
WAT�R D�PARTM�NT
�iiORTHPOIPIT� ��-INCH WATER TRAI�iSNIISSION MAIN (N�4-I.A)
City 1'rojec# Na 103505
Addend+um No. l, Issue Date: September 3, 2�0�1
l3id Receipt Dat�: September 9, 2421
This addendt�m fonns part of'the contrac# documents referanced above and modi�es the originai Contraa#
Dqcumen#s. Acknowlcdge receipt of this addendum by signing and attac4�ing it to the Contract Daaume�ts
(inside). Nate receipt of tha Addendum in the Bid P� oposal and an the outer anvelope of yot�r bid.
SP�CIFXCATIOI�FS
o�paciiication 00 UO OQ —'l�tble oi Contenis
a The table of contents is hereby replaced with the ta61e af contents attached to this
document,
a Specif'ication 00 4Z 43 — Pr4�osa1 Form
o The praposal fonn is he�eby replaced with the proposal forrn attached to this document.
a Speci�caiinn 00 5� Q3 --Agreemeat
o T'he agreement is heraby replaced with the agreement attached to tl�is dacume�t.
• Specification 00 72 00 �- General Conditians
ti o The general conditians are hereby replaced with the general conditions attached to this
dacument.
CONSTRUCTION PLANS
� SHEET 2— DELETE 5heet 2 and REPLACE with Sheet 2A a5 attached.
o SH�ET 6— DELETE Sheet 6 and REPLACE with 5heet 6A as attached.
o SHE�� 9-- DELETE Sheet 9 and REPT,ACE with Sheet 9A. as attached.
� SHE�T 1� — DELETE Sheet 18 and REPLACE with Sheet 18A as attached.
o SHE�T 19 -- DELET'E Sheet 19.
o SHEET 20 — DELET� S4�eet 20.
• SHE�T �4 -- DELETE Sheet 24 and REPLACE with S�eet 24A.as attached.
� SH��T 26 —DELETE Sheet 25 and RE�LACL witl� 5hect 26A as attached.
� SH��T 29 — D�TE Sheet 29 and RLPLACE with 5l�eet 29A as at�acl�ed.
ADD�NDUM NO. 1
r�
�.nD�rtnvtvr No, i
�.�nx �cio�t�,� r.l.`o�r�s
� �ne��gy �n•�►,si'er C_onstt�acfio�x GXRkde�Rti�s
n The guidetin�s €ar crassipg the k?np��y �`ransfer Gas line are att9ched #o iliis document.
� Coii��ty �to�cl 41674/01d Decatur Rnad C�•ossii�g
o Tarxant County crossuig perinit is no Longez• req�.�ited.
�
,AtI other piovis�a�xs n�t�e cont��ct documeiYts. pl�ns and snenificaEinns sh�li t�a�ai�� �nci�anged,
Failure ta x�etucn a si�nett �apy of t�e addendum with the Prnpnsal shall be gcQut�ds for rendet•ing the bid
no�.-responsive. A si�;ned copy of tl��s �ddendurn slzall'be ptaced �nta tlae Proposal �t the timo of bid
sul�miftal. �
RECLIP�'ACI�NOW b ED��f
By: Ada�n I.unsfoa•d J -'
Company: S,d; Lonis Coi�sinictio�i of Taxas, Ltd.
�
,
Christopher Hardei; P,L,
Directai; Watex D��aa�� na nt
�y; 0� ��� � �
'l'orty halola, � B,
.A,ssistant Ait•eGtor
Water Depat'tment �
�
, `�,
,ADA�NDUI�i NO.1
i
�T�N �crro�
OF THE GENER.AL PARTNER
4� S.J. LOUIS CONSTRUCTION OF TEXAS LTD.
TA�GEN TN LIEU OF A MEETING
The undersigned heing the Genexal Partner of 5.7. Louis Constrtzctann ofTexas Ltd, aTexas
limited partnership (the "Company"), pu�suaaat to t�e �uthor�ty confained in the Texas Business
O:rganizarions Code, in lieu of holding a meeting to consider the sauae, da hereby appro�e and
adopt the followsng resoIutions and actions eflfeciive as of September Gth, 201 �;
NOW THEREFORE BE IT RESOLVED, that the following perso�s are hereby elected as
officers a£ this Company, fo hold the offices set farth opposite their r�spective namas until their
suacessors have been eleeted and quaiified: '
7ames L. Schueller
Les V. Whitman
David Dickerson
Lucas Menebroker
��ter Stal�l
Ac�am Lunsford
Justin Whitman.
Curtis Ostrander
Donald Meyer
Philips J. Valiakalil
Jirn Smith
Presiden�lChiefr 1V�anager
Executive Vice President/General
Manager
Vice Pxesident/South Texas Area
Manager
Viae Presidenf/Houston Area
Manager
Vice PresidendConstritction Manager
Vice Presidant/Construation Nlanager
Vice Presiden#/Construction Manager
Vice FtesidendConstruetion Manager
Chief Financi�I Offiaer ! Sacr�tary /
Treasurer
SecretarylTrgasurerlGe�eral
Counsel/Contracts Direetor
Vice President o�Eqt�ipment and
Trucking �
RESOLVED FURTHER, that tlie President, Exeeutive Vice President and Chief Finar�czal
Officer are hereby authorized and empowered to sign a�l docum�nt� necessary for the perfortnance
a�the business of S.T. Louis Construction ofTexas, Ltd.
1474831vI
ItESOLVED FURTHER, that Philips J. Vallakalil, as Secretary, David Dickerson, Ac�am
Lunsford, Justin Wlaitman, C�tis Ostrander, Lucas Menebroker, and Peter Stahl are hereby
authorized and empov�rered to sign Gonstruction Cantracts, Construction Bids, Construction
Bands, final pay esfiimates and all other dncuments necessary ta construct and manage construc�ion
jobs for the Company.
RESOLVED FURTHER, that this written act�on supersedes a12 prior appaintments af
O�IG�TS A2l.f� �'e50�L1hQ�'15 �d[�I'8851rig 3UCC�33101'1 0�3i1C]1 O�FICeI'S.
RESOLVED FURTHER, that all priar aignature author:�zations are hereby superseded in
their entir�ty by this wriiten actiort and are no Ianger af any far�c or effect.
RESOLVED FURTHER, that all of the acts o�off cers of the Company, v�r�ether heretofore
and hereafter taken or done, that are consistent with the ptaa�ose and intent n£these resolutians are
hereby in ail respects authorized, approved, ratified and conf rmed.
GENERAL PARTNER
�:�JarnesL. Sohueller
: Pr�sident and Claief Manager
i474831vt �
00 11 13
jN VITATION TO i3IDDERS
Page ! of2
SECTION 00 11 13
1NVITATION T� BIDDERS
RECEIPT OF BIDS
Sealed bids for th� canstruction af Northpaiute 24-inch Water Transmissxon Main (N�-1A)
(CPN 1035Q5), ("�'raject") wilI be received by the City of Forf Worth Purchasing Dffiee until
I:30 PM CST, Thursday SEPT�MBER 9, �021 as furthar described below:
City of Fart `Tirorth
Purchasing Division
240 Texas Street
�`art Worth, Texas 76102.
Bids will be accepted by: US Mail, Couxiar, FedEx or haiad delivery at the address ahov�;
Bids will he opened publicly and read aloud at 2:00 PM CST in the City Council Channbers.
In lieu of delivering complated Business �quity (MIWBE) forms for the praject to the Purchasing
Office, bidd�rs sha1S email the co.mple�ed Busi�ess Equity forms to the City Project Manager no
later than 2:00 p.m, on the seeond City business day after the bid opening date, exclusive of the
bid opening date.
GENERAL DESCRII'TION OF W ORK
The maj or work will cflnsist af ihe (appro�cimate) follawing:
o �10,250 LF 24-�nch water Iin� (DI, C303 Concrete, or Steel} by open cut and associated
appurtenances
��J 9Q LF 42-Inch steel casing pipe by other than open cut with 24-Inch carrier pipe (DI,
G3D3 Concrete, or Steel)
� �1fi5 LF 8-Inch water 1ir�e (PVC) by open cut and associated appurtenancas
PREQUALIFICATZON
The improvem�nts included in this project znust be perforxned by a eontractor who is pre-
qu�.lified by tha City at the time of bid opezung. The procedures for qualification and pre-
qualification are out3ined in the Seetion 00 21 13 — INSTRUCTIONS TO SIDDERS.
DOCUMENT EXAMINATION AND PROC�C7REMENTS
The Bidding and Caniract Docusnen#s may be exarnined or obtained on-Line by visitir�g the City
of Fort Warth's Purchasing Division website at hrt :ll��v�w.iartwurth C . ov .urc asin and
c�icking on the link ta the advertised praject folders on the City's electronic document
management and collaboration system site. The Contract Dacuments may be downlpaded,
viewed, and pz'iuted by interested contractors andlor suppliers.
Bid Document Package
ht�ps.vdocs.�360.sutoci� �..4om�sharesld3c779 41�-6�1e-4318-8596-447 dQ c d
Addenda Folder
htt,p5:/ldocs.b364 autadesk mishares/bOdfcbl9-$65b-444e-aib�-flcceddQOla3
CITY QP FORT WORTTi NO1�TI�I'OINTE 24-TNCH WATER TRANSMI55I�N 1VIAIN (N4-lA)
STANDARD CONSTRUCTION SPECIFICATI(1N DOCi7MEi�T Cit}+ Pmject No. 103505
Revised 7/19lzD21
00 11 13
IH'VITATION TO BIDDERS
Page 2 of 2
Cnpies of t�Ze Bidding and Contract Documents zr�ay be purchased from KimIey-Hom and
Associates, Inc. Contact William Weidman at wzlliam.weidman@kitnley-horn.com to make
arrangements io pick up plans. The cost of Bidding and Contract Documents is $ I00.
EXPRESSION OF INTEREST
To ensure bidders kept up to date af any new infarmatinn pertinent to this project, bidders are
requested to email Expressions of Interest in this procurennent to the City Project 1�/Ianager anc�
the Design Engineer. The etnail shou�d include the bidder's eompany name, contact person, that
individuals amail address and phone number. All Addenda will be distribu#ed direct�y to those
who have expressed an interest in the grocurenri.ent and will also be pasted in the Ciiy af �'ort
Woi�th's purchasing website at http://fortworthtexas.gov/purchasing/
PREBID CONFERENCE
A prebid cont'erence will b� held as discuss�d in Sectian 00 21 13 - INS"Z'RUCTION� T�
BIDDERS at the follawing date, and time via Webex. An invitation will b� sent to plan holders:
DA'I'E: Tuesday August 31, 202Z
TIME� 10;00 AM
If a prebid conference is held, the gresentation and any questians and answers p,ravided at the
prebid conference wiIl be issued as a.t� Addendum to the call for bids, If a prebid conFerence is not
being held, prospective bidders can e-znail questians or eomments in accordanee with Sectian 6
of the Instructions to Bzddets referenced above to the project manager(sj at the e-mail addresses
listed belaw. Emai[ed questions w111 suffice as "c�uestians i�n writing." If necessary, Addenda will
be issued pursuant to the Instz-uctions ta Bidders.
CITY'S RIGHT T� ACCEPT OR REJECT EIDS
City reserves the right to waive irregularities and to accept ar reject bids.
AWARD
City �vill award a cont�-act to the Bidder presentittg the Iowast pzice, qualifications and
campetencies considared.
FUNDING
Any contract awarded Ltnder this INVITATION TO BIDDERS as expected to be funded from
revez�ues generated fz'om YT/ater Capital Projects Funds and reserved by the City for the Froj ect.
INQi71RZE�
Attn: Suzanne Ahbe, P.E., City of Fort Worth
Email: Suzanne.abbe@fortwarthtexas.go�
Phone: S 17-392-8249
ANID/OR
Attn: WiIliatn Weidman, P.E., KimIey-I�oz�n and Associates, Inc.
Email: �villiam,weidman cz kiml�y-horn.com
Phone: 817-335-6511
ADVERTISEMEIV'x DATES
August I9, 202I
August 26, 2021
END OF SECTION
C1TY pF FORT'1�ORTH NORTHPOINTE 24-INCH WAT$R TRAAISMISSTON MAiI�� {N4-]A}
STANDA1tD CONSTR[ICTION SPE�IFICATION D�CUMENT Gity Prnject No. 1p3505
Revised 7/1 912 0 2 1
noai i3
INSTRLSCTIONS 'i0 BIRAERS
l'age T of f 0
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defned Terms
1.1. Capitalized terms used in these INSTRUCTIdNS TO BIDI�ERS are defined in Section
QO 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
rneanings indicated below whieh are applicable to both the singular and piural thereof.
I.2.1. Bidder: .Any person, iirtn, partnership, compan.y, association, or corporation acting
directly through a duly authorized representative, s.ubmitting a bid for performing
ihe wa:rlc contemplated under the Contract Documents.
1.2.2. Nonreside�t Bidder: Any person, firtn, partnership, company, association, or
corporatiaz� acting directly through a duly authaz'ized representativa, submitting a
bid for pez'farming the work contemplated undez' #he Contract Dacuments whose
principal place of business is not in the State of Texas.
1.23. Successful Sidder: The lowest responsihIe and responsive Bidder to w�►om City
(on tha basis of City`s �valuatian as hereinafter provided) makes an award.
2. Copies of Bidd�ng Documents
2.1. Neither Czty nor Engineer shall assume any responsibiiity for errors or rnisinterpretations
resulting frQm the Bidders use af incomplete sets of Bidding Dacuments.
2.2. City and Engineer in making eopaes of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize ar confer a license or grant
fox any other use.
3. Prequaliircation of Bidders (Prime Contractors and Subcontraetors)
3.1. Biddez's or their designafed subcantractors are required ta be prequalified for thc work
types requiring prequalification as per Sections 00 45 l I BIDDERS
PREQi3ALIFICATIONS and 00 45 121'REQUALIFICATION STATEMENT. Firms
seeking pre,qualification, must submit the dQcumentation identified in Section QD 45 1 I
on Section 00 45 13 PREQUALIFICATIQN APPLICATION at least seven {7)
calendar days prior ta Bid opening foz' review and, if qualified, acceptanca. The
subcflntraciors listed by a Bidder on 00 45 12 must be prequalif ed for �he appropriate
woxk types. �ubeantractors must fallo� the same timelines as Bidders for obYaining
�z'equajiftcation re�iew. Bidders ox Subeontractors who are not prequalified at the time
bids are apened and reviewed ma�+ cause the bid to be z'ejected.
Prequalification requirement woz'k types and documentation are available by accessing all
reyuired files tht'augh the City's website at:
�s•_ •flaun�.fortvvortht_ exas.g9�lYrojectResourcesi
CI'f'Y OF FORT WORTfT IY012THPOINTE 2q-INCH WATERTRANSMISSION 11�lAIN (N4-lA)
STANDAl2D CONS1 RUCTI07� SPECIFICATION DOCUIVIENT City Froject No. 103505
RevisedlUpdated August 13, 202i
00 2l l3
INSTRUCTIONS TQ I3II]DERS
3.1.1. Paving--Requirements document located at:
Page 2 af 10
htt�s :/Iapps.for�wortntexas.�ov/Proj ectResources/R�sourcesP/02°/a20-
%20Construction%20DocumentslContractor%20Prequalification/TPW°/fl24Paving
%20Contractor%20Prequal i fication%20ProgramlPREOUALIFICATION%20REQ
[IIREIVIENTS%20FOR%20PAVING%2�CONTRACTORS pc�f
3.1.2. Roadway and Pedestrian Lighting — Requireraaents document locaYed at:
htt�s://apt�s.fort�vorth�ex�, eov/Proj ectResources/ResourcesY/02%20-
%20Construction%20Documents/Contractor%20Pregualification/TPW%20Roadwa
y°/v20anc�°fo20Pedestrian%20Lighting:%20Prec�ualification%20Pro�amlSTREET%
20LIGHT%20PREQUAL%20REOMNTS_pdf
3. I.3. Water and Sanitaxy Sewer — Requirem�nts document locaYed at:
h�t s:Ila s.fortwocYhtexas. ov/Pro'ectResources/ResaurcesP/02%20-
%20Constructian%20Dacuments/Cantractor%20Prequali_fication/Water%20and%2
0 Sanitary%20Sewer%20Contractor%2UPreq ualif ication%o20Program/W5S%20pre
qual%20req,uirements.pdf
3.2. Each Bldder, �nless currently prequalifed, must submit ta City at Ieast seven (7)
caleadar days prior to Bid opening, the dacumentation ident��ed in Section DO 4S 11,
BIDDERS PREQUALIFICATIONS.
3.2.1.Submission of and/ar questions related to prequalification should b� addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reser�ves the right to require any pre-quaIified coniractor who is the appazent low
bidder for a project to submit such additional infonnation as the City, in its sole
discretion may require, including but not limited to manpow�r and equipment records,
information about l�ey personnel to be assigned to the project, and construction schedule
to assis.t the City in e�aluating and assessing the ability of the app.arent low bidder to
del�ver a quality product and successfitl.ly cr�mplete projects for the amount bid wi#hin
the stipuIated time fi•ame, Based upon the City's ass�ssment of the submitted
informafinn, a recommendatio.n regarding the award oi a contract will be m ade to t1�e
City CounciI. Failure to submit th� additianal inforrz�ation, if requested, may he grounds
for rejecting the apparent low.bidder as non-responsive. Affected contractars will be
notified in writing of a recommendatin.n to the City Council.
3.4. In acldition ta p:reyualification, addi#ional requirements for qualitication rnay be required
within various sections of the Contract Documents.
CITY O�' FORT WORTf{ NORTHPOINTE 24-1NCH WATEIt TRADISMCSSION MAIN {N4-7A]
S'I'ANDARD CONSTRiICT'ION 5PECIFICATION DOCUMEIVT City Project No. 1435fl5
RevisadlLJpdated August 13, 202I
QO 21 13
INSTRUCTIOiYS TQ BIDDERS
Page 3 of 10
4. E�aminatian of Bidding and Co�tixact Documents, Othar Rela�ed Data, and Site
4.1. Before subnnitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Dacuments and other related data
ident��ied in the Bidding IIocuments (including "technieal data" referred to in
Paragraph �.2. helow}, No information given by City or any representative of the
City other than that contained in the Cantract Documents and ofiicially
prnt�aulgated addendatl�ereto, shal� be binding upon the City.
4.1.2. Shauld �isii the site to become familiar with and satisfy Sidder as to the general,
local and site conditions that may a�'fiect cast, progress, performance or furnishing
of the Work.
4.i.3. Shall consider fedeXal, state and local �.aws and Regulations that may affect cast,
pxogress, performance or furnishing of the Work.
4. I.4. Sk�all study all: (i) reports of explorations and tests of subsurface conditions at or
contiguaus to the Szte and a11 drawings of physical conditions relating to e�sting
surface or suhsurFace structures at t�e 5ite (except Undergraund Facilities} that
ha�e been identified in the Contract Documents as containing reliable "technical
data" and {ii) reports and drawings of Hazardous Env�ronmental Conditions, if any,
at the Site that have been identif ed in #he Contract Documents as contazning
reliable "teohnical data."
4.1.5. Is advised �hat the Contract Documents on %le with the City shall cans�itute all of
the information which #he Cify will furnish. All additional informafion and data
which th� City will supply aftar promulga�ion of the formal Contract Documents
shall be issued in the fortn of vvritten addenda and shai! beeome �art of the Cantract
Documents just as fhaugh such addenda were actually written into the original
Co�tract Documents. No infarmation given by tYze City other than that contamed zr�
the Contract Docutnents �ud officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. S.hould parform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the cqnstruction of the pro3ec�. For projects with
restricted access, upon request, City may pz'o�ide each Biddez' access ta the site to
condUct such examinations, investigations, exploratio�s, tests and studies as �ach
Bidder deems necessary foz' submission of a Bid. Bidder must fill aIl holes and
aleari up and �'estore the site to its farmer conditions upon completion of such
explorations, investigaiions, tests and studia�.
CTTY OE FORT WQR'ffi NORTHPQIN'I`E 24-lNCH WATER TRANSMTSSION MAIN (N4-lA}
S7'ANDARD CONSTRUCI'ION SPECiFICATION DOC[JNIENT City Prnject No. 103505
Revisedl[lpdated Augusf l3, 202]
00 2l T3
INSTI2UCTIONS TO BTDDERS
Page 4 of ] 0
4.1.7. Shall determine the difiiculties of the Work and alI attending circumstances
aff�cting the cost af daing the Wark, time z'equired far its completion, and obtain al1
infortnation requir�d to rnake a proposal. Hzdders shalI rely exclusively and solely
upon tk�eir own estimates, investigation, research, tests, explorations, a�nd other data
which are necessary for fu11 and corrtplete infozmation upon which the proposal is
to be based. It is understo.od that the submission of a praposal or bid is pxima-facie
evidence that the Bidder has made the investigations, examinations and tasts herein
required.
4,1, $. Shall prorriptly notify City of all con�licts, errors, ambiguities or discrepancies in or
between the Contracf Documents and such ather related dacur,nents. The Cantracfor
shall not take advanta�e of any gross e�-ror qr Qmission in the Cozatract Docurnents,
and the City shall be pezxnitted to make such corrections or interpretations as may
b� deemed necessary far fulfillment of the inten# of the Contr�ct ]�ocuments.
4.2. Reference is zriade ta 5ection 00 73 QO �- Supplementa�ry Canditions for identificatian of:
4.2.1. those reports of exp.lpra�ions azad tests of subsurfac� conditions at ar contiguous to
the site which have been utilized by City in preparation ofthe Contract Documents.
The logs of Soil B�rings, if any, on th� plans are for general informati4n only,
Neither the City nor the Engineer guarantee that the data shown is reprasentative o�
conditions which actually exist.
4.2.2. thase drawings of phy.sicat conditions in or relating to existing surface and
subsurface structures (except Underground I'acilities) which are at or contiguous to
the si#e tlaat have been utiIized by City in preparation of the Contraet Documents.
4.2.3. copies of such reports and drawings will be made a�ailable b}� City to any Bidder
on request. Thase reports and drawings ,txiay not be part af tihe Contract
Documents, but the °technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identif ed
ar�d established in 1'aragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any inter�retation or conclusion drawn from any "t�chnical data° or
auy ather data, interpre#at�ons, opinions or infornnaiion.
4.2.4. Standard insurance requirements, coverages and limits.
4.3, The submission of a�id wi11 constitute an incontrovertible�repz'esentation by Biddez': (i}
that Bidder has complied with every requu'ement of this Paragraph 4, (iij that without
exception �fte Bid is preinised upon perfortning and furnishing the Work required by the
Gantz•act Documents and applying the specific means, methods, teck►niques, sequences nr
prooedures of construetiozl(if any) that may he shown or indicafed or exp�•essiy required
by the Contract Dacuments, (iii) that Bidder has given City written notice of all
con�icts, errors, atnbiguxties and discrepancies in the Contract Docunraents and the
written resalutions thereof by City are acceptable to �idd�r, and when said confiTicts,
e�c., have i�ot been resolved thraugh the [nterpi•etations by City as described in
Paragraph 6., and {�v} that the Contract Documents are generally sufFcient to indicate
and convey understanding of alI ierms and conditions for perfonning and furnishir�g the
Work.
CITY OF FOItT LYORTH NQItTHPaINT� 24-1NCH WATER TRANSMISSION MA1N (N4-1 A)
STANDARD CC3N9TRUCTION SPECT�ICATION DQCUNFENT City PrajectNa, iO3S05
Revised/[Jpdated Augiast 13, 2Q21
DU 21 13
p35TRUCTIOlVS TO SIDnERS
Paga 5 of 10
4.4. The provisions o.f this Paragraph 4, inclusive, do not apply to Asbestns, Po�ychlorinatad
biphenyls (PCBs), Petroleum, Hazax'dous Waste or Radioactive Mate:rial cavered by
1'aragraph 4.Ob. of the General Conditions, unless specifically identif ed in the Contract
Documents.
�. Availability of Lauds for Work, Etc.
S.l . The lands upo:n �vhich the Wark is to be perfarmed, rights-of-way and easements for
access thereto and ather lands designated far use by Contractor in perfarming th� Vilork
are identified in the Contract Documents. All additionaj lands and access thexeto
required %:r temporary construction facilities, constr�ction equipment or starage af
materials and equipment to be incorporated in the Work are tn be obtained and paid for
by Contracfor. Easements for permanent structures or permanent ch�nges in existing
facilities are to be obtained and paid for by City unless atherwise provided in the
Contract Documents.
5.2. Outstanding z'ight-of-way, easements, ancilor permits to be acquired by the City are listed
in Paragraph 5C 4.01 of the Supplementary Conditions. In the evant tl�e necessary right-
af-way, �asements, andloz' permits are not obtained, the City reserves the right to cancel
ti�e award of contract at any tune before the Bidder �egins atzy construction work on the
project.
5.3. The Bidder shall be prepared ta commence construction without aIl e�ecuted right-of
way, easements, an.dlor permits, and shall submit a sch�dule to the City of hovv
constructian will proceed in fhe other axeas of the project that da not require permits
and/or easements.
6. Interpretatiuns and Addenda
5.1. All questions about the meaning or intent of tlze Bidding Documents are to be directed to
City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
r�ceived ai�er this day may not be r�sponded to. Interpretatior�s or clarifications
considered necessary by City in respanse to such questions will he xssued hy Addenda
delivered to all pat�ies recorded by City as having received the Bidding Doctwaents.
O�ly c�uestions answered hy forn�.al wrstten Addenda will be binding. Oral and other
interpretations ar clarificat�ons wi1l be without .legal effect.
Address guesYions to:
City of Fort Worth
200 Texas Street
�'ort Worth, TX 761p2
Attn: Suzan�n.e Abbe, P.E., Fort Worth Water Depart�nent
Email: Suzanne.abbe@fartwarthtexas.gov
Phone: 8l 7-392-82Q9
5.2. Addenda :may also be issued to modify the Sidding Docum�nts as deemed advisable by
City.
CTTY OF FORT WDR'1'H 1�ORTHPOINT� 24-�CH WATERTAANSMI55iON MAIN (N4-lA)
5TANf17ARD CONSTRUCI'I01� SPECIFICATI03�! DOCiTME1�T City Peojeci No, 103505
RevisedlLTpdated August l3, 2421
no zi �3
INSTRUC770N5 Tp HII]DERS
Page 6 of l0
63. Addenda or clarifications may be posted via the City's electronic document management
and collaboration system at https:/ldaes.b36U.autodesk.com/.projects/7�531eb-e09f-
48b1-9fbc-
c7aUa45�89b9/folders/urn:ad�k.wi rod:fs,folder:co.7miKxo JRkKmLi9RwACLe
6.4. A prebid conference may be held af the time and place indicated in the Advertisement or
INVITATIdN TO BIDDERS. Repr�sentatives of Cif� will be presen# to discuss the
Project. Bidders aze encouraged ta at�end and participate in the conference. City will
transmit to all prospective Bidders of z'ecord such Addenda as City considers necessary
in response to questiarzs arising at the con,ference. Oral statennents may not be relied
upqn and will not be hind�ng or legally effective.
7. Bid Security
7.1. Each Bid zxaust be accompanied by a Bid B�nd rrzade payable to City in an amount af ftve
(5) percent of Bidder's maximutxz �3id price, on the foz-m attached or equival.ent, issued
by a surety nneeting the requireznents afParagraph 5.01 of the GP�Pr�I Conditions.
7.2. The Bid Bonds pravided by a Bidder will be retatned until the conditions af the 1Votice of
Avvaz-d have been satisfed. If fhe Successful Bidder fails to execute and return the
Contract Documents with.in 14 days after the Notice of Award canveying same, City
may cansider Bidder #o be in default, rescind the Notice of Award and act on the Bid
Band. Such action shall be City's exelusive ret�r��dy in the event Bidder is deemed to
have defaulted.
S. Confract Tim�s
The nuzn6er of days within which, flr the dates by which, Milestones are to be achieved in
accoxdan.ce with the General Requirements and the Work is to be completed and ready for
Fina1 Acceptance is set forth zn the Agreement or incorporated thexein by reference ta the
attached Bid Form.
9. Liquidated Da�r�nages
Provisions for Iiquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Item�
The Contract, if awarded, will be on the baszs of materials and equipment described in the
Bidd�ng,Documents withotEt consideration of possible substitute or "or-equal" itetns.
Whenever it is indicated or speciiied in the Bidding DocumenYs that a"substitute" or "or-
equal" item oimateria� or equzpment may be furnished or used by C:ontractor if acceptable to
City, application for such acceptance will not be considered by Cify Lintil after the Effective
Date of the Agreement. The procedura for submission of any such �pplication by Contractor
and cansideration by City is set forth in Faragraphs 6.OSA., 6.OSB. and 6.03C. of the General
Conditions and is supplemented in Section O1 25 Op o£the General Requirements.
C1TY pF FORT W�FL'I'H NQRTHPQINT& 24-iIdCH WATERTRANSiV1I5SIdN MAIN (NA-lA)
STANDAAD COI+ISTRIJCTION SFECIEICATIDN DpCUMENT Ciiy Project Ncs, 103505
Re�isedlUpdated August l3, 2021
00 21 13
jNSTRUCTI(]t�TS TD �IDDERS
Page 7 of 10
11. �abcontractors, Suppliexs and Others
l. l.l. In accordance vvith the City's Business Equity Ordinance No. 24534-1 I-2020 the
City has goals f4r the participatian of minoarity business andlor women business
entet'prises in City contracts $100,OD0 or grea#er. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to compiy shall render
the Bidder as nan-responsive.
Business Equity Ordinance No. 24534-11-2020, as amanded, codifted at:
ht�s:/lcodelibrar�.t�miegal.conra/eode:;lflworth/lates�/f�worth tX/0-Q-0-2259:3
11.2. No Contractar shall be required to employ any Subcont�•actar, Supplier, oth�r person
ar organizafion against whom Contractoz' has reasonable objection.
12. Bid Forrn
12.1. The Bid Fotxn is included with the Bidding Documants; additional copzes may be
obtained froxn the City.
12.2. All blanks on the Bid Form must be completed and the Bid Fnrm signed in iz�i�.
Erasures or alterations shall be irutialed in ink by the person signing the Bid Form. A
Bzd price shall be inaicated for each Bid item, alternative, and unit price item listed
thereit2. In the case o� aptional alternafives, th� words "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder s1�a11 state the prices for which th� Bidder
proposes to do the work contemglated or furnish maferials required. All �ntries shall
be legible.
123. Bids by corporations sha11 he �xecuted in th� carporate name by the president or a
vic�-president �r other corporate off cer accompanied by evidence of authority to
sign. T'he corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bi.ds by partnerships shall be executed in the partnership name and signed by a
partner, whose title m�st appear under the signature accompanied by evidence of
au�hoz'ity to sign. The officiaj address of t.�e partnership shall be shown beiow th�
signature.
12.5. Bids by limited liability cornpanies shall be executed iri tl�e name o.f the �irm by a
member and accompanieci by evidence of authority to sign. The state of farmatzan of
the firm and the afficial address af the firz�n shall be shown.
12.6:
12.7
12.8
Bids by individuals shall show the Bidder's name and official address.
Bids by joint ventures shall lae executed by each joini venture in the t�anner indi�ated
on the Bid Farm. The official address af the � o.int �enture shall be shown.
All names slaall be typed ar printed in ink below the signature.
129. T�e Bid shall contain an acknowledgement of raceipt o� a!1 Addenda, the numbers of
which shaxl be filled in on the B id Form.
CITY OF FOR"I` WOIZTH NORTHPOINTE 24-lIVCH WATER T�ANSMI55ION MAIN (N4-lA)
S`I'ANDARI7 CONSTRUCTI03�I SPECIF'ICATIO711]QCUMENT City Pro,{ect Na. 103505 .
Revised/CJpdaYed August ! 3, 2421
DO 21 13
]A1�TR[JCTIONS TO B1DDfiRS
Page 8 of 20
12.10. Postal and e-mail addresses and tete�hone number for communicatians regarding the
Bid shall be shown.
12. T 1. ��ridence of authority to conduct business as a Nonresident Bidder in the state of
`I'exas shall be provided in accordance with Sec�ion 00 43 37 — Vendar Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shaIl he submitted on t�e prescribed Bid Form, provided rvith the Sidding Documents,
at the time and place indicated in the Advertis�ment ar INVITATION T� BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclnsed in an opaque sealed
envelope, marked with �he Ciiy Project Number, Project title, the name and address of
Bidder, and accompan.ied by the Bid security and other requirec! documents. Ifthe Bid is sent
through fhe mail pr other de�ivery system, the sealed enveiape shal� be enclosed zn a separate
en�elope with the notation "BID ENCI,.OSED" on the face of it.
14. Witl�drar�val of Bids
14.1. Bids addressed to the Purchasing Manager and filed with the 1'urchasing Office may
be wi#hdrawn prior ta the time set fnr bid opening. A request for �vithdrawal must be
made in writing and delivered to the Purchasing Office to receive a time stamp prior
to the apening of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within one hour of bid openi�.g, wiIl not be read aloud and will
thereafter be returned unopened.
14.2, In th� event any Bid for which a withdrawal request Iias 6een time3y filed has 6een
inadvertently opened, said Bid and any record th�reofwiIl subsequently be marked
"Withdrawn" and will be given no further consideration for the award of cantract.
15. Opening of Bids
Bids will be opened az�d read aloud pubIicly. An abstract of the amounts af tha base Bids an.d
major alternates (if any) wi11 be made avaiIable to Bidders after the opening a�Bids.
�6. Bids to Remain Subject to Acceptance
All Bids will rerr►ain subjeci to accepta�nc� for a ininirt�tun of 90 days or the time p�riod
specified for Notice of Aw�'d and execution. and delivery af a complete A�•eement by
Successful Bidder. City may, at City's sole discretion, release any Bid and m�llify the Bid
secu�rity prior to tlaat date.
17. 'Evaluation of Bids and Award of Contract '
17.1. City reser�es the right to reject any or all Bids, including �without limitation the rights
to reject any or all noncon�'orming, nonresponsive, unbalanced or conditional Bids
and to reject tihe Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reser�es the right to
waive informalities not involving price, contract time or changes in the Wark and
award a contract to such Bidder. Discrepancies bet�een the multipIication of units of
Work and unit prices wzIl be resoI�ed in favor of the unit prices. Discrepancies
between tk�e indicated suzn of any caluznn �f �gures and ihe correct sum thereof will
be resol�ed in favor of the correct sum. Discrepancies between w�rds and figuras
w111 be resalved in favar ofthe wor�ds.
CITY OF FO1tT WORTH 1�(7RTHPOIi�PI'E 24-Il�CH W11TER TRANSMI35IOI1 MAIN (N4-1 A)
STANDAT2D CONSTRUCTCON �PE�IFICATION DOCUMENT City Project Na, 103505
Revised/[Jpdated August 13, 2Q2 �
D0 21 13
INSTRUCTIONS TO BIDDEI2S
Page 9 af 10
17.1.1. Any or all bids wiii be xejected if City has reason to belie�ve that collusion e�st5
among the Bidders, Bidder is an inter�sted party to any litigation againsf Ci.ty,
City or Bidder may have a claim agai�st the other or be engaged in litigation,
Bidder is in arrears on any existing cantract or has defaulted on a previous
cantract, Bidder has perfarmed a prior contract in an unsatisfactory m.atu�er, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the proxnpt carnpletion of additionai work if awarded.
17.2. Zn addition to Bidder's relevant prequalification requirements, City may cansider the
qualifications and axperience of Subcontractors, Supplsers, and other persons and
arganizations proposed for those portions of the Work where the identity of such
SUbcontractors, Suppiiers, and other persons and nrganizations must be submitted as
provided in tT�e Contract Documents or upon the request of the City. City also may
consider the operating casts, maintenance requirements, performance data and
guarant�es of major items of mafierials and equipmen.t proposed for incorporation in
the Work rvhen such data is required to be submitted prior to the Notice of Award.
17.3. City may canduct such investigatioz�s as City deenn.s necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
abiIity ofBidders, proposed Subcantractors, Suppliers and other persons and
prganizations ta perform and fi�rnish the Work in accordance with the Cantract
Documents ta City's satisfactian. within the preseribed time.
17.4. Gantractor shall perforin with his own organ.ization, wori� af a value nat Iess than
35°/o of the value embraced on the C.ontract, unless otherwise approved by the CiYy.
17.5. If the Contract is to be awarded, xt will be awarded ta lowest responsible a.nd
responsive Bidder whose evaluation by City indicates that tha award will be in the
best interests of the City.
17.6. Pursuant to Tex�s GovEz'z�rzant Code Chapter 2252.001, th.e City wi11 not award
cont��act to a Nonresident Bidder unless the Nonresident Bidder's bid is lowe:r than
, the Iowcst bid submitted by a responsible Texas Bidder by fhe same arnount that a
Texas resident bidder would be required to underbid a Nazu'esident Bidder ta obtain a
compat'able contract in the state in which the nont•eside�t's przncipal place of
business is located. .
I7.7. A.contz'act is not awarded until formal City Council authorizatian. If the Co�tract is
to be awardec3, City will award the Cantract within 90 days after the day of the Bid
opening unless exten.ded in writing. No other act of City or others will constitute
a�captance of a Bid. Upon the contract award, a Notice of Award wi11 be issued by
the City.
17.7.1. The contractor is t�equired to filX oat and sign the Certificate of Inferested
Parties Forrn 1295 and the fo�rm must be sub�nitted to the Project Manager
be�ore the eontract will be presented to tb.e City CounciL The form can be
qb#ained at h#t ://www.ethics.scate.tx.usldata/forms/1�9�11295. d�
17.$. Failure or r�fusal to comply wrth the requirements may result in rejection of Bid.
C1TX (3F FbRT WORTH 1VQRTHPOtAITE 24-INCH �VATET2 TRANSMISSION MAIN (N4-1 A)
STANDARD CONS7'1tUCTfON SPECIF'ICATIO�T DOCiIMGNT City Project Na: 103505
RevisedlUpd�ted Aug�st 13, 2021
00 2l l3
INSTRLJCTIONS TO BIDDERS
18. Signing of Agreement
Page 10 of l D
18.1, When City issues a Notice of Award to the 5uccessful Bidder, it will b� aecompanied
by the required number of unsigned counterparts af the Project Manual. Within 19
days ihereaf�er, Contractor shall sign and deliver the reqezired number o� eounterparts
of the 1'roject Manual to City with the required Bonds, Certiiicates af Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully sigrred counterpart to Contractor.
END OF SECTION
CTI'Y OF �'ORT WORTH NORTHPOI]*1T6 24-INCH WATER'1'CtANSMI55I�N MAIN (N4-lA)
STANDAAB CqNSTRUCTION SPECIFiCATION DOCUEvIEN1' Ciry Project No. 703505
RevisecllUpdated August ]3, 2021
OU3513-1
CONrLICT D� INTERSST STATEMENT
Page 1 of I
SECTIOI�I 40 3513
CONFI�ICT OF INTLR�S7' STA'I'�MENT
�
5
G
7
8
9
iD
11
12
13
l4
15
tG
17
18
l9
2q
2l
22
23
24
�S
2G
27
28
2�
30
31
32
33
34
3S
3G
3i
38
39
40
41
42
43
44
�IS
h6
�acl� biddei•, offeroi`, oi• respaudent to a City viFort Wortil pracucement are required to complete
Conflict of Inferest Q�iestiannaire or certify tl�at one is cuii•ent attd on iile witly the City
Secretary's Off ee pursua��t to s:�ie !�w,
If a metn�er of tlae �ort Worth City Cotintcii, any one or more of tEte City Ma��ager or Assistant
City Managers, nr �n age�rt af tf�e Gity who execcises dise��etian in �ianning, recomuienciing,
seiecti»g or contraeting with a bidder, affet•oc ar respondent is affiliated with yat�r company, then
a Local C�over�unent Offce Conflicts Disclosure StateEn�nt (CIS� mav be reauire�.
Y�;: �re u��ged ta cai�.sult wiih co►►nsel reg�rding tf�e appiicability of these for'ns and Local
Governmeni �n�4z ��,�pter 1?5 t;� yvur �;:.��ny.
The f�efarettcsd fort�ns i��ay be �.IowniQaded fro�u �.lte lit�ks providec[ below.
https://www.ethics.state.tx.us/c3atalfotrnslconflictlCIQ.pdf
�i s:/ w w ethics.state.tx.usldatelfar� s/canfiict . df
[] CIQ Farm is on �ile with C�tv Secretary
�X CIQ Forit� is being px•a�ided ko the City Secretaty
�
�
�
C1S Form daes not appfy
GIS. Fortn is on File w[th Gity Sec��etary
CIS Form is being provided to tlie City Secfetaty
BIDD�R:
S.J, Louis Construction of Texas, L3d. gy; Adam Luusford
Ci�Enpai�y {Please Pri�t)
524 Sau#h 6ti� Ave Signature: � �
Address
M�nsfield i'X 7G0G3 T1tle; Vice President
CiiylStatelZip (Please Print)
�+:ND OI� S�CTION
Cl?Y OC FORT WORTii NORTEIFp1N'fE 24-iNCH WATER TRANSI1�SSi0�! MALN (N4-IA)
3TANDARD CONS'CItU{:'f1UN SPL�CiFiCATION llOCUM�NT Cily PrujactNEo. 1035�5
RF3VISEd F8�7Nflfy :q, 7n�¢
����r� ��v�����n�� ������� ���� �a�
��Ir�FLti�"Y,� �I���.���IR� �T�4'i�f�l�iV�'
(lnstructians foreompleting Qnd filing thls farm are pra�fdad an ihe nexi �aage.)
This e!!estl�M��tr$ ,•ef[ecis changes made ta the law by H.B. 23, 8qth Leg„ Regular Sesslon, �y����� ������Y
This is ihe notlne to the appropriate local governmenial entity that fhe follow3n� local
gc��rarnmwn# �,ttir_.ar I,as 6er�m� ��rare ofi tact� Ins�� rea� ��re pl,e oyficer to file this rakaiernent oate Reoelved
!n azoardance wiih Ch�pter 17F, ��Cr�I Cnvarnmant �ade.
'� Nams of �oca! Gavernmeni [ifficer
N/A
� Oifice Held
M111A
�,f t ______
`� IYaTI�@ (jk VA17li�[f!' fIP_Y�ri��;� �,�� ,y_r.tinn� 17g;D01(�) and 176.003(a), Loca1 Qorrernment Cnde
NIA
4 pescriptlon of ihe nature and extent of each emplayment otother buslness relatlonsh[p and eaoh family refatlonshlp
with vendar namAd in ISem 3.
N/A
5 Llat gl#ts ,�acepfed by the �nca) gavernment aiffaer and any family m�mher, if aggregate val�a o! #he giits acce�ted
frorr� vendor nsmed in item 3 exceeds $10D during the 12-manth �erlod desarl�ed by 5ectton '17B,UO3(a)(�)(�).
NIA NIA
D2�te GiftAcaepted Descrfption of (31Et
Date C�ift AcoepEad N/A pescription of Qift N/A
Date GifE Aceepted N�A Descrlption of Gift N/A
(attach additional torms as necessary)
6 AFFlDAVIT — —
1 swear under penalty af perjury lhat the apnve statement is true and carrect. I aaknowledge .
that tlia disclosure applles to each famlly membe� (as detlned by 9eotion 176.004(2;, I.naa1
Governmoni Godsy af thfs iocal govarnment afticer. ! Arr� arknnwFo�lpo ���t lhEs stalement
covers tl�e 12-month pariod desaribed 6y SeolEon 176.QU9(a)(2]{B}, l.ocal Qovernmant Gode.
Qaa'� P�ei MARIA LAflRA pA���ES �
} fi Natary !q �'13Q512884 ,�'� ° �'`
� ,� My Cammisslon Expfres
�'ov April 15, 202q sin���r nf Local Gov�mment Olflcer
AF�IX AIp7ARY 3TAMF ! S�AI. ABOVE
Sworn to and su�scribad baFore me, by Ihe said Ada�n Lunsford , this Ehe,� 9fE1 d�y
�1 Se �tetnber ,�0 21 , a certify whfoh, wllness my hand and s�al oi offlce.
*-= � � , •1� -� F�
— — �Y�.}��. , ��� -� : �� �.�.
.�r _t� p n1 r�}lis; :t radmint€�taring irarh i PrYrned name c� afflaer administaring nath T!;Sa K,} n,,,,,�t �r++an►5fier1; ���ath
Form provided by7exas Eihics Commisslon www,ethics.staEs.tx,us Revised i1/30/20iS
��CAl� CdV��{V��N� �; �I��� ��N�LI�i� �1[��L��IJR� S�'�,i��11�Ni
Seailon i76.pp3 of the Lacal Gavernment Code require� certaln Iocal govexnment aif[cers to file this form. A"local
government �fficer" �s defined as a mem�er of titie governing body af a lacal gavernmantal entfty; a direokor, st�par�ntendenf,
admfnlstratar, �resldern, a�r ath�r Qerson des[gnated as the executfve oFfEoer oi � l�ca1 governmental er�tiiy; or �n agent of
a local governmental en#ity ��hn ex�rcises dlscr�kion In the plannin�, recommendtng, selecting, or cot�trac#in� of a vendor.
This form is required to �e t�'e� x,,!tn �r,R rawo•�s ��•,,�!��sfrat�r �! I�+�!oo�] go�emmental �ent�ty not lat�rthan 5 p-r�. o:r :�:s
sevent� buslness day aiter the d�ie on which 9ha �afflcerbacomas �ware ot t�A f�r�� �r,�r �Ar,�ull'6 P!?� �lilil� a1 �r!!S St��Bl7!?!?t.
A looal government officer commlts an nffense if the of ffcer {�nowing�y vialates Section 1 i6.003, l.ocal Governmenf Code,
An QfFense under this section ls a mi5demeanor.
Refer to chapter i 76 of the Local Government Code #or c��iailAr� infnrm?►tnn ►A��rdiri� the raqulremant to file fhis farm:
INaT'RUC7191�5 !�wl� CC1l6�P��T'iPi ,i'�. �?-!IS ���19A
fi1i'� EFJIIO�!f,n,# nrimHorSYnrrart �h,�li�;i;9^Ltri?�3BlBcibOXBSO►7��T8L�fE:d: S!(iB.
'�. Nar�e of Local C@vernment Otficer. Ente; ��:4 nar*�A �t the 1ora� �overnmgnt offieerfiltng this ::?t£�mgni,
�. Otflce Weld. Enter ihe name of ths office �:v!L'I Fl� Ch� i.�i.�s,..A� �t111P�w!'IYIiG1►71 il�f IC�r {+IIII(� t�IS SlAfeirl8�i�.
3. Name of ver�dar c�escCibed by Sactions � 76.00i (i) end 176.�03(�), b�acal �overnment Oac�e. �nter the narrie af
the vendor described by Section i76.UU1(7), l.ocal Government Code, if the vendar; �) has an empfnyment or other
business relatfonsMp �rith the focal �overnment aificar ar a€amEly member of the nffieer �s described by Section
176.003(a)(2)�A), Laaaf Cnvernm�nt �ade; !�; ?�ss gl�ren tw ;!�e l�ca� �overnment oiticer or a family r, ;w!;�bar of t";s afffc�r
one ar mare g[fts as describeci by Sectlnn 17�.003+ayrz��B1, L�Ca� Can�prnmant [:nrlg� nr r� has a familv �'e18!E�nS�' #"y WV1ti!
ihe lacal government �fi��er as �#efi►�R� hy +��•t�!+n Y��.p0i (2_�1; Ldc�l Uovernment Cade.
4. Desaription of the nature and extent af eaeh employment or other b�s[ness rel�tlanshfp an�1 each iamily
re[�tlanshl[� wlth vendgr �amed tn Item 3. Describe the nature and extent pf ths emplayment or othe�r ��Es��eYs
relationship the vendor has with thA Inral go�ernment officer ar a famEly member af the offlcer as described by �n�ri��a
176.QD3(a1(2ItAl, L�+; A! ��11Arnmani ��n�, �r,r� pa�h fa�aly relationship the vendor has with t�te (ocal govet'nmertl �#f!Yor
asdefin�dby Sec#ton f�$.c.�nj ��.,��' �.,�a� rnrrarnmb�1 (`i.^��V.
5. Llst glfts accepted, lf #he aggregate value of the gtfts aacepted irom dendar named in ite�n 3 exceeds $iOQ.
List gifts a���nted during the t 2-manth periad (desaribed by Sectian i 76.003(a)(2){B), Loea! Gavernment Code) by the
local g�vernmenl ��Fic�r a��� f�mi�y rraember of iF3� ofHcer irom the vendor nameci in Nem 3 t�at in the a�gregate exaeed $'t 00
in value,
6.Affid�v[t. Signature+ofi I�LYa1 go�ernmentafficer. r w�� �� + K-.-�
� � � �
�oca1 Covernment Gode �i76.Up1 2�a ;"Family reiaitanshlp" means a t��!a±i�nc!,�n ��±Wann � person and another
person within the third degrea by consanguinity or hhe ;;�cond degree by afflnity, us �1�0�4' ±�:�,r:;S �!p ����np� �]� �,ab�har�ter
B, Chapter 573, GoVemment Code.
Laca1 �araernment �ode � i i6.003(al[2](A?:
(a) A]ocaf government n(licer shall iile a canflEcts disclasure statemenk with respect fo a vendor if:
*R#
(2� the vendor:
(A} has an employment or other business relatiariship wi#h the lacal government nfficer or a
famiiy member of ihe ai�fcer that results (n the of#icer or famAy member recelving taxab�e income,
other 1ha� investment income, thak excseds $2,500 during the i 2-montt� psriod pre�edfn� th�
date that the ofiflcer bsoomes awara that:
{iy a coniract betweer� the �ocal go�ernmental ent[iy and vendor has been axecuted; or
(ii) the local governmental entity is car�slder3ng entering into a coniract with the vendor.
Form provided by Texas �thics Commisslon www.ethics.state.�x.�s �$Y��� ���;p�2p1 s
C�P��LI�T �� INl"��� a� �U��il�iVt�AIF�� ���f�� ���
�ar vendo�• dc�ing busl�ess with Eocai ga�rernmental entity
1'hls quesNonnaira reflects changes made to the iaw hy H.B. 23, 64th Leg., �egul�r 5esslon. ��fi����rG����'Y
7his quesllohnqife is 6sin�1 !1��;! �^ ar.:v:dY^�E 1YIIh Ch��?!qr i7R� ! w�,! :'.cv�;n,^;4^; wtrde, hy � vendor who ,
€�a�e F,acaYual
Aas a i�u;:Fnbss telatipnship �s �±e!��;.� I,y S��t!w, �?�nni(;�a} w!►;, a i��.�a gvvsr^.�snta; eniity and She
v[�n[inr maal:e ran,�Eren.�niS L.IfI[�BF ��GR�.^'1 478.(YO�;Oj,
ay !�w #hi.s r{Eiesllon��sire m��st bs illad wllh ihe records administrator ai trie loaal qovernmenla# en111v not Ister
uhar, 1.a ���Y1 C��Icinea�i d�{ :;t+.�e Il:� �a;� Yh+� vendor be�:mes nU:a�u uf Ca�ts kiuFl �eq::!�n 1!:v statemo�t la be �
Illed. Se�Seotion 1i�ASl�;n-�j, Lo��l G�c��p:�:men1 {3ada.
e;,e�„�;..;;�M;;;,Ev o�„fro.;�� p p�o ya;,;t,,, knowingly vloEaies SecUon 17B.006, Local Gnvernment Cade, An
afiense ;�n!��r Ihis seciic;;'c a misdemeanor.
-- - - -
1 Nw:^� �I +�endor who has � businass retptlonshlp with local goverr�mantal eni�ty.
NONE �
2 -
� Chec€t this box If y�u are liiing an update to a prevlousl� }Iled questlannaire. (7he law requires that you tile an updated
camp[e!sd questi�nnaire with lne rappropriate tiling ���athorliy n�t nater ti�an khe 7ti� business day atler lhe daEo on which
you becarne aware that the ariginally filed questiannalr� sNas Incomplate �f �naccurate.�
3 Nama of iocal government officer about whom the informatlon Is being dlsclnsed.
N1A
Name of Officer
s bescribe eaoh etr�alovment or other buslness relatianshlp with ihe locel aav�arnment oiiicer; nr A�amlly member of the
0#iPCet, r�s d�scrihe� I�y 3ec#1cn 776.Oo3ta1(�}(A;, A1so etascribe any fsmfly velatinnshlp �+yt„ ¢he laaal governrrtiant affEcer,
Complete subp�r±s A��%� � t�r �aaoh empfoyment ar f�usiness relatlonship clescr[bed. Att�ch �dditional p�ges ta this Form
C[Q as nacessary,
A. Is the (ocal governmenl offfcer or a Eamtly member of ihe otticer receiving nr fikeiy !o receive faxat�le fncome,
ather rhan �nvestme�ii fncocne, from the �endar?
�
� Yes � fVa
B. [s tha vendnr receiving ar lilcely ta reaelve taxable income, Other than Investm�nt incnme; frtim ar al th� di1'eCtioll
ot 1he local gpvornment offlcer or a fa�ily member of the afficar AMa Ih� Iaxa�Va Income fs not recei�ed irom ihe
Iocal ga�arnmer�tal entily?
� Yes � IVo
5 pasarl6e each employment or buslness.relafionshlp that the vandor named in Section 1 malntalns wEih a carporatipn or
other buslness eniily wiih respeot to wMich the Iocal gavernment affGcer serves �s en oiiicar nr director, ar halds en
own�rshl� interesi at one percent or mare.
NONE
8
❑Ghec[c Ihjs hox if lhe vendor has al�en the locsl snvwrnmant nffirar nr a famll� momhg; fli the officer one or more gffts
.�.� �tiscr'bod In Sectio� '176,003(a�(?);H�, excludind gitts descrlF�ad irt �e�tion 176A43(a-i).
� — � - — - -
�
.'�1 � -, 09/09/21
51gna4ure ot vendor oing busE s wki the governmental entily p�te
F�;�n F:r^v::tsd Ly 1Fexaa �:!:�cs �ommisstcn www.ethics.state.tx.us RaVlsed 11136i2p15
C�IVF�ICT �� INi�R�Si G�U�SiIONNAlR�
�'or �enddr doing business with locai governmental entity
A complete copy af Chapter i 76 of the Local Government Code may t�a faund at http:l/www.stakutes.legis.state.tx.us!
Docs/LGIhtm/1,G.178.htm. For easy reieren�e, below are some of the sectior�s cited on this form,
Local Government Cade� 176.D01(1-a�: °Business relatlonship" mear�s a connection betwee�t two or more par�ies
based on commercial acklvity nf one of the parties. The term daes not Include a connection based on:
{A} a transaction that is subject ta rate or iea regulation by a fe�eral, state, or local govarnmenCal entity or an
agency of a federal, state, or local gavernmental entity;
(B) a transaation conducted ak a price and subject ta ierms avaiiable to tF�e public; ar
(C) a purchase or lease af goods or services from a person that Is chartered by a state or federal agancy and
that is subject to regular examination by, and reporting to, that agency.
Locaf Government Gode § 1T6.003 a 2��and B:
(a} A local gfl�ernmen# nfficer shall tile a aor�flicts disclasure statement with raspBct to a vendor if:'
ik#
(2} the vendar:
(A) has an employment or other business rela#ionship with the local governmenk afiicer ar a
family member of tha officer that results in the officer or family member receiving taxable
income, other than lnvestment income, that exceeds $2,�OD during the 12-month perfod
preceding the date that the afficer becomes aware that
(�} a contract beiween the local governmental entity and rrer�dar has been axecuted;
or
(Ei} the lacal governmental entity is cansidering entering into a contract wkth the
vendor;
(B) has given to the local govemmeni afficer or a family rr�embar of the oiflcer one or more gifts
that have an aggregate value of more than $10a in the 12-month period precedin� the date the
ofiicerbecomss aware that:
(i) a cantract baiween the local gavernmental antity and vendor has been executed; or
(ii) the locai governmental antEty Is considarfng entering inta a contract with the �endor.
Lacal Qovernment Cade 176.006 a and a�i
(a) A vendor shall file a completed conflict of interest questlonnaire if the vendor has a business relationship
with a 1nca1 governmental entity an�:
(1 } has an empEoyment nr other business relationship with a local government officer of that lacal
governmentaf e�tlty, ar a family member of the officer, descr�bed by Section 176.D03(a)(2j(A);
(2} has gi�en a lacal gouernment afficer of that local govemmental entlty, or a famify member of the
officer, one or mare gifts with ths aggregate value specified by Section 176.003(a}(2)(B), excluding any
giit described hy Section 176.D03{a-1 }; or
(3) has a family relationship with a looal gover�ment o#ficer of that loca� go�ernmental entit}r.
(a-1) The completed eanflict of interest questlonnaire must be filed wfth the appropriate records administrator
not later than the seventh �usiness day after the later of:
(1} the date that the vendor:
tA) begins discussions ar negotiaiions to enter into a contract with the loaal governmental
entlty; or
(B) submits to the local go�srnmental entity an applicatlon, respanse to a request for proposals
or bids, aorrespandence, or another writing reiated tn a poteniial con#ract with the iocal
governmental entiry; ar
(2) the date the vendor becomes aware:
(A) of an employment or other qusfness ralationshlp with a local governmenfi officer, or a
famlly member of the affiaer, described by Subsection (aj;
(Bj thatthe vendar has given orte or rr►ore gifts described by Sul�sectlon (a); or
(C) of a family relatfor�shlp with a loaal government officsr,
Form prov[ded byTexas Ethlcs Cammission www.ethlas.stake.tx.us Revlsed ]1 13 01241 5
0o a� o0
Blp FOfiM
Page 9 of 3
TO: The Purchasing Manager
clo: 7he �'urchasing Divisfon
200 �'exas Street
Gity of Fort Worth, iexas 76'i 02
FOR:
Ciiy Praject No.: 103545
SECT�03� OQ 41 04
BID �'ORM
Northpointe 241nch Water Transmission Main (N4-1A}
UnitslSectia�s: Unit I: Water Improvements
1. Enter Into Agreement
7he undersigned Bidder proposes and agrees, if this BId is accspted, to enter Into an P�qreement with Giky in the torm
included In the B9dding Documents to perform and #urnish al! Wark as specifi�d or indicaked in the Contract C}ocuments
for the Bid Price and within the Coniraat Time lndicated in this Bid and in accordance with the other terms and cnnditions
of the Contract Documents.
2. BID��R Acknowledgements and Certificafion
2.i, !n submitting this Bid, Bidder aocepts all of the terms and co�ditions of the INVITAiIOiV TO BI��EFtS and
INSTRUGTIONS TO BIDD�RS, including withaut limitation those dealing with the dlsposition of Bld Band.
2.2. Bldder is aware of all cosfs to provide khe requlred insurance, wiN do so pending contract award, and will
provide a valid insurance cer�ificate meeting afl requirements within 'i4 days of notificatian af award.
2.3. Bidder cartlfies that this Bid is genuine and nat made �� the interesk of ar an behalf of any uRdlsclosed
ind{vidual or entity and is not submitted In conformlty with any collusive agreemgnt or rules of any group,
associatian, organization, or corpvration.
2.4. Bidder has not directly or indirectly induced or solicitsd any other Bidder to submit a false or sham Bid.
2.5. Bidder has no# solicited or induced any lndividual or e�tity to refrain fram bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, co1lusiv�, or coerc�ve practices 1n competing for #he Cantrack.
For the purposes of tMs Paragraph:
a. "corrupt prac4ice" means the ofFering, g'tving, receiving, or soliciting ot any thing af value likely to
influence the actinn of a public afficial in the bidding process.
b. "Fraudulent practice" means an intentfanal misrepresentation of facts rnade (a) to Influence the
h[ddit�g process to the detriment of City (b) to establish Bid prices ai artificial non-competiti�e
le�els, or (c) to deprive Cky of khe benef�ts of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, wlth or without
kite knowledge af CHy, a purpose of whieh is to establish Bld prices at artificial, non-enmpeti#ive
levels.
CITY OF FORT WaRTH
STANaAR� CONSTRUC710N 5PECIFICA710N dOCUMENT5 NORTFiPOINTE 29-INCH WATER TRAN5MI9SION MAIN (N9-11�
Form Revlsed March 9, 2020 Ciiy Project No.103505
0o ai o0
91b FORM
Page 2 af 3
d. "coercive practice" means harming ar threatening to harm, directly or Indirectly, persons or thelr
properEy io influence the�r participat(on [n tha bidding Arocess �r afFect the �x�aukion af ti�e
Cantract.
3. Prequalification
The Bidder acknowiedges fhat the followfng wark typ�s TM:!�st hs perFormed aniy hy prequallfied contractors and
subcontractors:
a. Water Transmission, Deveiopment, 24-inches and smaller
b, 1'unneling - 36-lnches - 6D-Inches, and 360 LF or less
A�. �`Ime af Cornpletio�n
��4.'f. The Woric will be complete for Ffnal Acceptanc� within �7,Q days after the date when the
thP ['.nnlrar.fi Tima ��;;,,�,o;;; „a� to run as provided fn Paragra�h 2_n� of tha General Condltlons,
�1.2. Bidder acce�ts the provisions o� fhe Agreernent as to liquidai�d damages in the event of failure tn cot'nplete
ih� Work {andlor achie�ement af MIlestones� withln the tfines specified in ihe Agreement.
.ri. Attached to ihls Bid
Tkte following dacuments are attach�d to and macie a par� of thls Bfd:
a. ihls Bid �orm, Seetion DO 41 00
b. Required B�d Bond, Sectian 00 43 13 issued by a sureiy meeting the requirements of Paragrapf�
5.01 af the Ceneral Gnt�ditions.
c. Propasal Form, Sectfor100 �}2 �43
d, Vendor Compliance to 8tate Law (Van Resldent �idder, Sectfon 00 43 37
e, MWBE Forms (apiional at time of bid} `
�
f. Wrequallficafion Statement, Section 00 45 12 '�
g. Canfllct of Interest Sta#ement, Sectian 00 35 13
, "ai �recess�+y, �I� �r CIS forms are to be provided direckfy to City Secretary
h, Any a�ditional dacuments thak may be required by Sect�on 12 of fhe Instructions ta Bidders
6. '�otai �(d �►mounE
6.1. Bidder wifl carrtplete tf�e Work ]n accordance wift� the Contract pocum�nts far th� following bid amount. In the
space provided below, please enter the total �Id amour�t for this proJeci, �nly fhis figure will be read publiely
by ti�e Cfty at the bid o,►��Pning,
6.2. It is i�nr�r�rg►u�� and agreed by th� gFdder in slgning this propasal that ths total bfci aE„���nr entered below is
s��k;eei �a �reritication andlor madit�cati�n by mulklpiyEng ►h.� �.:„:t bid prices for c:ach pa#+ �tem by ��p r�spective
�stima#eci quantities showri ln this proposal and then totaiing all of the exfended amaunis.
Tntal Bld -� :� �ss:- r ��`
�� 1 , �,..�. ��
CITY OF FOR7 WORTH �� r ���
STANOARD GON9TRllCTIO�1 SPEGIFICA71dN QOC!lMENTS NORTHPOIN7E.24-1NCH WATER TRANSIUIISSI[Did NfAIN (�q.1A)
F��m f2evised March 9, 2020 Ct�r p::;ect N:. 703506
�. Bici Su�mittal
Thls B�d is sul�mitte�4 on
September 09, 2021
00 41 00
61D FORM
Page 9 of 3
by the ent�ty named belaw.
Respecffujly submilted,
I�
gy, - � - •
�: tSignature)
�d m L nsfo d
(Printed Nam�}
Tipe: Vice Presldent
Campany: S.J, Louis Cor�siructian of'iexas, Ltd.
Address: 520 South 6th Ave
Mansfieid, TX 76063
State of Incorporation: Texas
�mail: Adam�[a�sjlauis.com
Phone: 817-477-0320
�[�D Ofr SE�i'IDN
CITY OF FORT INE}RTH
STANqAR� CONS7ftUC7fOIV SPECiFICATION D4�CUMEN75
�'o[m Revlsed March 9, 2020
Corporate Seal:
NOR7HPaINT� 24-INC}i WAT�R TRANSMISSION MAIN (N4-1A�
Cliy ProJecl No. 1035a5
�.;y ai
a1B pftU1�USA1.
Pege I of2
s�cTro� oo �z ��
��aPasA��o�M
U�li �RI�� ��a
�idd�r`� Ap�li��ti�n
Projcet rip�n Iqfar�npSion I3idder's Proposal
EiidlEslltem Spccificatian UnitoC ���tl U�iitPrice SidVulue
qeseCiption
�o, 5eclion I�a. Measure Quuntl�y
1A" 331'i.U6�i1 24" DIR Water 3311 1Q L� 3,424 _ z�, a'� _a
- — - _- -- - _ _. _ _ . •
1 B" 3311.087'k 24" Si�el AWWA C2U0 Waler Pipe 3311 44 I.F 3,424 •, �� � ��1 ��
-- _ � -- - ------ - '
�G� 3311.0681 24" Concrete AWWA C3D3 Waler Pipe 3317 13 I,� 3,424 �2��.nn $917,632.00
2A* 3391.0652 2A" DIP Water, C5S Backf'tl! 3311 70 L�' 1,223 �� ,�tr� .•„= ��:., �
„ 3311.0672 24° Stee! AWWA C20U Wafar Pip9, CSS 3311 14 �� ,
2B Backfill 1,223 �.r � � - 'J�'� °'"�'
---.._._._.._, . _ -- __.
2Ct 3311.0�&82 2�" Co�cret� AWWA C303 Waler Pipe, 3311 13 LF
CSS Backfiil 1,223 �4a7.00 $546,6$_9.Q0
-- -- - - _.
3A* 3391,0854 24" DIP Water (Restra{ned Joints) 8311 1U LF 2���2 ' "'- •�` _
�.♦ ��r .t �._.�...
- -. , . _..._ ---- ---_� -- - ---� .,.. .... .__ . - -_ _..,_ --- •�.
3S* 3371.U674 24" 5feel AWWA C2b0 Water Pipe 33 99 1�4 �F �_ �
(Restralne� Joinfs) 2,032 i•. ,;� � '-�c z�=
_ - -
�C* 331'I.Oti84 2�}" Concrete AWWA C303 Water Pipe 33 9� 13
(Restrained Jaints) �'� 2,a32 $29B.4D _$BU9,472.00
_ _
4A* 3391.OS55 24" D!P Water, CSS Backfill (Restralned 33 71 90 �
Joints} --- -- LF 1,901 s�_ .�s � ~�- t�
d
�- - — - - ---- - -- - - - - —
� 33i 1.OS75 24" Steel AWWA C2fl0 Waler Plpe, CSS 3311 4�
'�B �F 1 �901 �O �rdE tL.c _ �''�'
(Restrai_ned Jaints} _.
3311.06 _ - .... - -
Bac i _
g�, 85 2�4" Concrete AW1NA C303 Water �ipe, 33 71 13 ��
C5S Back#III (Restrained_JoiMs)_. . -.. . 1,841 $474.OD $907,074.00
3314.0001 DuclEle Iron Vtifater �ittings wl ResEralnf (24" 33 T1 4'E �
5A' 701V �g � •. ?� �..� w'� =���
and Larger) --- . _ ... _ - -- -- - -
58* 3311.0014 Sk�el Fittfngs 331i tA � LS 1+� ?.� _�.�._ 4•��
_. _ ....... .. . _......._..------- - - .. _ — -
6C* 8311 U021 C303 Fit#ings 3311 93 I.� i $i.00 $1.�0
* Con4r�etor ta fiw�avEcie Unit P�•Iee /13iA V�ltie for nnly one of t6e pipa mw#c4�ia1 s�ltc►�nnttvex f'or items 1, 2, 3, d, s;;::l S '
DU IYQT FItOVIb� UNI`l' PRIC� 1 B1D VALi1E FOit �AC�i AL'1'�RNATIVI;
CiTY OF �DRT {Y4RTH
STAPNARh 6l]NS'I'ItUCT[ON 5PECIl�ICAT[ON pU�.`Up71:1V33 N4RTFa'OINT&29•ITECkC WA7�ifl7�..Nst�asstnN r,i ::;�;rva-rnl
Formlteviaed2011QIZb ADDENDUM Ho. I r.i�� r„�KE+!�� �ok:�
s�cT�oN oo aa as
PROPOSALPDRM
�INIT PRIC� �I�
Project [lein lnfoimatioi�
Bidlist lt
Na.
6
7
8
9
10
11
12
'i 3
i4
�5
18
17
18
18
20
21
22
23
24
2b
26
27
28
29
8DA247
�[fl PRDPOSAL
Fsge 2 oP2
�idder's �p�{ication
Description 5pecificaUo�i U�iit of Hid
Section No. tvieasure Quantiry
3305.2a07 24" Wafer Carrier Pipe 33 05 24 LF � 2�,
3365.9202 �F2" CasinglT'unnel Liner Plate By dther 33 05 21, LF
Than OPen Cut 3305 22 �2a
3399.fl241 8" Watar Pfp� 3311 10, LF 763
3311.000'! Auctils lran INater Fi�ings wl Res#raint (20" 33 � 1 14 T��
and Smaller} �
3312.3008 24" Gate Valve wl Vau1t 3312 2U EA 8
3392.3003 8" Gate Valva 331� 2D EA 5
'3312.6D03 �" Blow Off Val�e 3312 60 EA 6
3312.1004 4" Combinal[on Air Valve Assembly for 3312 30 �A
Water 5
�312_0108 Conneclion to Existing 24" Wa{er Main 33'12 25 EA 1
3312.fl147 Conneckion to Existing 4"-"i 2" Waler Main 3312 25 EA i
3304.D402 Cathodic Protection 33 0412 LS 1
9999.4001 Soil Carrasivity investigatian and Cathodic 33 04 'f 2 LS
Protection Design �
6177.0101 Canstructlan Staking 01 79 23 LS 9
d971.0402 As-Built 8urvey 0177 23 LS �
0244.1019 Ramove 24' Water Line 02 41 4h L� 2S
3125.0901 SWPPP z 1 acre 312500 tS '
3zD3.0614 Canc Pvmt Repair, Residential 32 04 29 SY S'
3201.DB76 Conc Pvmt Rspair, Arterlalllndustrial 32 07 29 SY 28'
3291.0104 Topsail 3281 i9 CY Z'
3292.Q400 5eeding, HydrQmulch 32 g213 SY 5UI
3305A903 �xpforatory �xcavation of �xisting Utilities 33 05 30 EA '� �
33D5.D109 Trench 8afety 33 45 90 LF 8,74'
3305.D110 Utility Markers 33 05 28 tS
9998.D001 Canffrtgency 00 72 OD LS
5
Biddets Praposal
Unit Price Bid Value
$324.d0 $38,8B0.06
$'k,i33,OD $'135,960.00
$142.q0 $23,146.��
�1.00 �v1.00
$35,200.00 $281,600.00
$1,40D.D0 $7,000.0�
$16,300.00 $97,8UO,OD
$22,1QO.D0 $41�,500.00
ffi7,3DD.OD �7,300,OD
$2,aao,60 $5,BOO.OD
$44,000.00 �44,flOb,00
�10,UOO.DO $10,a00.�0
$27,OOD.DO $27,0(10.00
$3,04Q.00 $3,OOO.DO
$21 �C
$1
�z�,aoo.ao
$9,720.F70
$37,570_00
$s7o.00
$1,018.00
1
1 $1
$0.01 $87.A3
!00.00 $1,000.00
iOa.D� $104,000.�0
Toinl Blc� $3,940,004A3
END bI� SEC'f1Q1V
C1TY 6F FORT 1VQRTH
STAI`lnARl1 CONSTRUGTIOTF SPHCIFICATION�DOCUINBNT3 TiO.RTHPQiNTL 2A•INCH WATHR TRATlSi�4I331pN M711N (I'!4-lA)
Furm Rev�scd 20110120 AbDEiVBUM Na. 1 Cily Project No. f03505
00 43 93
BiU BONO
Aegm 1 of 2
s�cYia� aa �s 93
BID B0�1�
FtNOt� ALL 0Y �ii�3� Pi2���f9ET�:
7hat we; S.J. Lauis Constfiuctfon of �'exas, Ltd. , known as
��atdd�r` herein arid Liberty Mutual Insurance Company a corparate surety
du{y authorized ta do husiness ln iha Staie of�'exas, knnwn as "5areiy" herein, a�e held and lirmly hound unio khe City
af Fort Worth, a municip�l carporailon cr�ated pursuant fo the }avrs of Texas, known as "Clty" heroln, in t he panal �um
of fivs percent {6'�aj oi Bidd�r'� rr�ex[mum hfd pr€c�, in Eawful maney of the Unit�d States, to be paid In Fa�t Worth,
'iarcant County, Texas far the payment of which sum wefl �nd fruly to be macia, �ve b�nd ourselve�, our helcs, exeoutors,
adminiatralors, succesaors and assigns, joiniEy and severaliy, ifrmly by these presents.
UIt}1���p,S, iha Principal has submitted a bid ar propos0) to p�rfarm Worit for lhe follawing pioleot
deslgnafasl as �lorti�pointa 24tnch Water iransmission Mein (N41A}
f3�l�, TH�REF�R�, U►e candllEon of lhis oblfgalio� is such that � if fhe cl�y shall award
the Contract far the foragoing praject to the Principal, and the Prineipa! ahail satlsty all requirermenis and conditions
required for tha execution nF ihe Contraak and shall enter Inta the Cvniract En writing with the City in accord�:nce uvith fhe
terms of auoh same, then thia o�ligation shaN be and �ecome null and �oid. If, howeuer, the Rrinclpal fails to �xecute
such Cantract [n accardance with lhe terms ofi .same or f�ils to satisiy all requiremanfs and condf[ions requlred for the
execution af the Contract, thls bpnd shall becoma the �raparfy af ihe Ciiy, wikhout recoursa of ths Principal andlor
5urety, not to exceed the Penally hereof, and sh�il be used ta compens�t� �I�y �ar ih� diiferenc� be[waen Principal's
totai b�l arnount end 1he next seEected bfdder's total i�id amount,
�Rp1�i��� F�R'��1�1�, kt�at If any Isgal. ac4ian b� fited on this Bo�d, rrenue shatl lie in Tarrant County,
Texas or t�e Un+ied Skafes District Gour� for ihe Norttrem DEstrfct ni'�axas, FortWorth plvEsion.
�R� yy�1'Fi�$g Yi1HERE��, the Principal and ihe Surety have 51GNED and SERL�D thls insfrument by
duiy author��ed agen#s arsd off�cers an lhia the �fh - daY af �qte er ��Q2ti �
PRI1�CiPAL:
A1TESi: �r � �
Witness as o rincipal
Cl7Y OF Fplti WdRTH
5TANbAfi� COM3TRl1CTlON SF`ECEFICATION �OCUMENTS
Fo+r� Rovised 20171108
S I�ouiS Construct vn q exas, Lt .
�
BY: '
'� ���-
�ignature ;'�_
�+"!+"!. it,�:,.1=-..:.;, � t� � , .� r.� •r
Name and Titl�
NDRTHPOkNT�24�rNCH WATERTitAN3fd1SS10N ��AIN (NM1-1�
Clty Proiecl Na.1D95D6
OD 4313
810 6qNR
Pr�a 2ai 2
Address: 5�0 South 6fh Avenua
Mansfield. TX 76QS3
� � �i.x� � _ � � �� "� �d�..��.
Wltness as to 5ure �
Attach Pnwer of Aktornoy (5urety) for Attorney-In-Faat
SUR�'I'Y:
e�ky ufua nsurance ampar�v
BY: � r '� �� -__ _ �
gnature
Weaiher R. Gr�gdtel, AttomeY-in-�act
N�me and Title �
Addrass: �4pp f�arm nda e La e Blvci., fk9700
�lagmEn��n� �5��7-
Telephone Number: TB3-3Q2-77 59
"iVnte: If signed by an offfcer of the Surety Company, ihere must be on file e csrlifisd extract irom the by iaws
showing that this person ha� �ulF�aritv tn slan such obli�ation. If Surety'� physfcal address Is differenk From
i!s mailina addresg; potw rtnusi ba provlded. The date oi tha 6ond shall nnt be priar ta 1ha date ihe Contract fs
awa�rded,
�IVD QF SEC7'[ON
CITY OF F'OF2T WORTFf
BTAN�AR4 C4NBTRUCTIDN 3PEClFICATIOh1 pOCUMENTB NORTHP�INfE 2�FINCH WA7�R TRAN5MESSlOtJ MNN (1�4-i/v
Fn[m Raulsad �p171708 City ProJecl No.103505
5�.�°e�� ����.���������.�
St�tt� of Minnesat
} as.
Cou�ty oF H �ne in
On this 9!�' day of S� e be' 2U21, before me par�anally came Heather R. Gaedtei, ta me
[�nawn, r�vho �aing by me dufy sworn, did depose and say that she is th� Attarney-in-Fact of
LibB Mu al Insurance Com a� described in and which sxecuted the above inst��ument; that a��elhe
knows the seal nf said corparation; t�at the se�! affixed ta said instruments 3s such carporate sea1, #l�at it
was sn affuced by arder of the Board of Directars of said ca�po��atian, at�d that shelhe �i�ned herlshelhis
name ta it by lika ordar.
�����
���u�.
SURETY
Lit�erty Mutual lnsurance Company
The Ohfo Casualty Insarance Company
West American Insurance Company
�O11dVEl� O� �ei�OF�R��Y
Cer�lkateNa 8�65962-19aUD3
KMOWN ALL pER50NS BY TH�S� PRESE�tTS: That The Ohfo Gasuaity lnsurartca Gompany Is a ccurporailon duly organized under ihe laws of t�e Siate of I�ew Hempshlre, that
Llhert}r Mulual Insurance Campany is a corpnraUon dufy olgao{zed under tha laws of the St�te oF Messedlusells, and Wesl P�merican Insuranae Gompany ls a axpo�atlon dNy argenlzed
under the laws ot Ihe Siate oi Indlena {herein co1lectively called lhe `Cvmpan�es"}, pursuanl ta and by authotlty hereln sot fodh, doss hereby nama, car�sUtute end aypoln{, H3ake 8.
Bohli ; Brian D, Car entar Craig plmstead; Hesther R. Gaedtel; Iessica Hof�; Kell Nicole E�t eu5ar, Michelfe Fialter; Nicole Lan er; Laurie Pflu
n ��v u� o���«»� �an s�a�e w a�uv pacti fndhridually if there be mare than ane named, Its W� end fawful aapmey-in-fact tn make,
execu�e, seaf, �knawledge and deliver, for anE on its behalf ae surely and as iis sd and deed, any and all andertakings, bonds, raoognizances and other Burety ahligadons, In pursuance
ot theso presents and sha11 be as bfnding upon Ihe Companies as if Ihey have heen duly s�ned hy t�a president and el�ested by the secretary o� the Comp�nles in their own proper
pe�sons.
IN WITN@SS WHEREOF, ihls pnwer ofAftamey has hesn subsc�ihed by an eut�ndrsd a�rcer or nflicial of the Companies and ihe corporete seals of Iha Comp�tes have heen aHbced
Iheretot�fs l5th dayot Jul�, 202t ,
s�at� ot P��t�snvrw�A
Cauntyo[MONTGOM�RY �
Liberty Mutue! Insurence Company
P� �NsUq� �Y �Ng4 � 1NSU�p The Ohlo CaeUally Insurance Campany
,�J �prpax�,, � ��para,r�r'� �P�`p,wv,r,, '�y�, Wesi American Insur�noe Company
b$ °b A� 3` �'a n 4� �` �o tn
� 19'12 � � 1919 � � � 1991 0
Yd3�,�� *�a��D G�qAdp� `��� ry�3�xnuxr ,�3 B .svf1�
1* 1- M� 1�� Y° -f
- i7avi�i hA f'.urnu 6eelefenl eo.....1....�
a On thls t 5th day of ]u! , 2o2i helore me persanally �peared aavfd M, Carey, wha edtnowledg ed hfmselF to be iha Asslstanl Secretary af llberty Mu6ual Insurana
� Compeny,�ieYOhlv Gasua ty ompany, and Rest Ameriqn Insura�ce Company, and that he, as such, be�ng �utharized so ta dn, execuie the faregoing insVument ior ihe purpose�
� t�ereln conialnad by aig ning on bei�alf af th� co�poretlons py himself as e duly aut�orixed otfloer.
�� IN WITNESS WH�RE�F,1 have horeanto subscribed my neme and a�'oced my natadal seal at King af Pn�ssla, Pennsylvanl� an t�e day and year first above wrifien.
w
� `' gP P��. r� Caminomreall�ofPerensylvanle-�alery8eal
� o �¢o�r,loziw��`
� U 5 Cp, 7eraae Aeslella, Nalery Puhlic � J
Q y aF }Aon�qamaryCounty �
�� ASy oommisslan explraa �Ee�ch 28, zaxs gy.
�. 'q� �v' Commisa{annumher11�44
�� ?�TNSY4�1�v�Ci Akmter.Pannty+hanlaAsaocJadmoFl�nlaitas eresaPastella,�lvlaryPobllc
ro m �� ��
�� Thls Power of Attomey !s made and acecuted pursuant ta and by autftorlty of fhe (dluwing 9y-lews end AutharizaUons af The Qhio Casualiy Insuranca Campany, Liberty Muival
�� Insurance Company, and West Amerfcan Ins�ranca Company which resofutfans are �ow fi firH force and etfect reading ae idlaws:
L.� ART�CL�IV—OFFiC�RS:Sec11on72,powe�afAi6omey.
°� Any oflfcer or ofher oi�dal of ihe Corparailon aulhorked ta ihel purpose In Kritlng by Ihe Cha�rman ar �he Prastdeni, and subJect to such IfmlfaGon as ihe Chairman or the
�� Presldant may prescrlbe, shall agpdnt such altameys-In-fact, as may be necessery to act In behalf af the Carporation to make, execute, seal, acknawledga an0 denver as aurety
�� any and ail under6akinga, bonds, r�ognbances and atlter surety abpgaklans. Suoli aaomeys•in-fadl, subject to Ehe Ilmita�ons set forth In thelr respeClive powa�s ot ai6omey, shall
o; have full pa�ar to bind t�e GvrporaGon by their s�nature and execuHon of any such Insln�ments and to altach thereto ihe seal af �he Carporailon, VJher� sa axer.�rled, such
z� fnslr�menls shal� 6e es hlnding as if s�gnad by �he president and al6esled to by the Saaetary. My prnver or aulho�ity granted ta any re�resenla�ve ar attamey-In-fact under i�a
� provlslons of t�fs ar�cla may 6e revoked at a�y Ume by the Baard, hhe Chalr�nan, ths Fiesident ar by the of�cer nr officers granting such power or aulha�ity,
ARTICLE XIII —�ceautilon of CoMrects: SacNon 5. Surery Bonds and Undertakfngs,
Any offlcer of ihe Compeny autha�xad #ar that purpose In wtlting hy the chaltman or tha prsslde�t, and subJect to such limitatlons as tite chalrman or ihe presfdant may presc�Ibe
shall appdnt such attomeys-In-fact, es may ba necessary ro ack fn 6aheli of tha Gampany to meke, execute, �ea1, adc�owledge and delhrer es surety any and a11 undertekings, �
6ands, re�gnizancea �nd ather surety obllgaUnns. Such aaomeysdn-tact subJect to the IlmilaBona sei iodh In 1he1r respacVve powers oi aaomey, shal! have iu11 power to bind the
Company by Ihefr s�gnalure end execuUon at any such Instrument� and to attach ttiereto fha seal of ihe Company. When so execut�d such fnetruments shaff be as �Indiog as if
signed by t�e presldent and aaasted by the secret�ry,
Cerfiticata oi Dasignalfan --Th e Presldenl af Ehe Company, ectlng p�rsuanf tolha Bylaws of t�e Company, aulhorfzes bav�d M. Carey, Asslstant Secretery tn appolnt such a�orneysdn-
facf as mey be necessary ta aci on befialf oF the Company fn maka, execute, sea1, adcnow[edge and dallver as surely any and �II undertakings, 6ands, recagnkarmes and oEher aureEy
ohligadons.
Authorfxetion — By una�lmous cansent of the Companys Baard a� Direcfors, the Campany consents ihai iec�imha ar mechan3eafly reproduced si�nature of any asslafant secretary of ihe
Campany, vfiarever appearing upon a oertilied copy of airy power o[attomey Issued by the Compeny In conneclion wnh suraty bonds, shall 6e vafld and bindl�g �pon t�a Company wilh
Ihe same force and eBecl as though manually a�l�d.
I, Renee C, L�ewelly�, t�e understgn�d, Asslaiant 5ecretary, Ttie Ohia Casualry 1�surance Campany, Li6eriy Mutual Insuranca Campany, and West American lnsurance Company do
heraby aertify ihai the o�iglnal power oi attomay of whh� the faregoing Is a full, hue and correct copy oftha Power af Rltomey executed by salE Companles, !s In iull forca and eKeat and
has nat been revoked.
IN TESTI�ONY WHEREOF, I have here�nta sat my hand and eiflxed the seals of said Canpaniea �hfs 9th day a� Sep�ember , 202i .
txst��p
J� twn2or-%L
� �� � �fi
�, � 1912 b
~�' ~'°s�cHus"��
���7 ,r Y�
LMS,12873 LMIC 041C WAIC MuIU Go 02121
ThEs Puuer af Aftomey Ilmifs the act� of thosa named hereln, end they havo no �utharity to
bE�d the Company except In lhe mennar and to t6e e�ent hereEn stated.
�Y �NBU �r�su,�
���G��o����' a����o�r�4y�` /
19'! 9 "` � 1991 � ,,�/����
° s m a b 4
��y�NAde��� ��,3�ou+���yD �y� enee . lewel[yn, ssistant5ecrelary
Hl * 1� �St * T.
O
�
Mog
�
�
D0.43 37
VE{JOOfi COMPLIAEJC� TO STATE LAW
Page 1 of 9
S�CTI�tV �0 43 37
vEN�oR coMP�.iA�c� To STA7� �AW NON R�SID�i�T sloa��
Texas Go��rnment Code Chapter 2252 was adnpted for fhe award of contracis to nonresident bEdders. This law
prnvides ihat, in order ta be awardad a c�n#�ar.i s;c If1W I11ftfIR1'� nonresident bidders (aut-of-state cantractors
whase corporate offices or prinoipal place �# L�isiness �re r�utsiGe the State af Texas) bld projects for
canstruction, impravemenks, supplies �r services Vn �fexas �! a�+ ��?e!�!�r Inwer tha� the lowesi 7exas res9dent
bidder by the sarne amoun! �hY! a T�x�c rpgir�gnf hiriel�ar �q�1� �� r?,n�iiirari �� ��derhici ��+onr�sident i�iddel' it�
order to obtain a comparabla �ntract fn G++p ;State �t�h��� Iha nnnrwtVfiPtt('� �nrincl�8l �+I��'� at �USl�?�S IY �u„�te�_
The appropriate bianks in Seckion A must be fflled auk by all nonresident bidders in order foryour bid to meet
specifEcations. 7he failure of nanresident bEdders to do so will automaticaliy disqualify that bidder. Ftesident
bidders musk check the box in Seotian B.
A. Nonresident bidders In the: State of , e�u� prdr!ci��a� ��ar� nf hii�in�ss;
are �equired to be pe�ce�t t�Wer than rg�;riPnt hidAers by St��? f aw, q�dny �! ltip
siafute is attached.
Nonresident bldders in the Stake af r ,, ., o�� �r �rinrip�� pla�e of busl�essa
are not required to underbfd resident �idder�_
��I'he principa) place of business af our company or our paren# aompany ar majoriky owner fs
- in the State af Texas.0
�I�D�R:
S.J. Lauis Construction of Texas, Ltd.
520 So�ath Bth Ave
Mar�sfield, TX 76063
By: Adam l.unsford
.�
� -
' �� - _
(5ionature5
7itle: Vice President
i
date: � � � � .
�Nn o� s�cT�oN
CITY OF FORT FNOR7Fi
STAh[i�ARR COMSTRUCT{ON SPECI�ICATION �dCUM�NTS IVORTHPOINTE 2A-INCH WATER TRANSiVtlSSION MAIN (N4-4A)
Form Ftev4sed 20110&27 CEIy Prajeal No.14�846
OQ4511-1
BIDDEKS PI2EQUALIFCCATIOTTS
Page I af 3
1
SECTION 00 4511
2 BIDDERS PR�QUALIFICATIONS
3
4 1. Sammary. All cpntractars are required to be prequalified by the City prior to submitting
5 bids. To be eligible to bid the contractox must submit Section 00 45 12, Prequalification
6 Statement for the work type�s) �isted with their Bici. Any contractor or subcontractor who is
7 not prequalified for the work type(s) listed must submit �ection �0 45 13, Bidder
8 Prequalificatian Application in accordance with the requirements below.
9
1Q The prequalifieatian pracess will est�blish a bid lzmit based an a teclulieal evaluation and
11 finat�cial anaiysis ofthe eontractor. 'I'he information must be sub�itted seven (7) days prior
12 to the date of the opening ofbids. For example, a cQntractor wishing to suhmit bids on
13 projects to be opened on ihe '7tla of Aprii must file the inforrination by the 31st day of March
14 in order to bid on these projects. In order to expedite and facilitate the appraval of a Bidder's
15 Prequalification Application, the following must accompany the suhmission.
16 a. A c�mplete set of audited or reviewed financial statements.
Y7 (1) Classified Balance Sheet
1 g (2) Income Statern.ent
19 {3) 5tatement pf Cash Flows
�p {4) Statement o�RetainedEat�nings
2� (5) Notes to the Financial5tatements, if any
22 b. A certified copy of the frm's organizational documents (Corparate Charter, Articles
�3 of Incorparation, Articles of Orgauization, Certificate of Farmation, LLC
24 Regulations, Certiiicate of Limited 1'artnership Agreement}.
25 c. A can:�pleted Bidder Prequalification Application.
2g (1) The iirzn's Texas Ta�cpay.er ldentificatian Number as issued by the Texas
2� Comptrollet' af Public Accaunts. To obtain a Texas Ta�ayer ldentification
2g number visit the Texas Comptrollez' of Public Accounts online at the
�9 follawing'web address vvww.vaindow.state.tx.us/t� ermit/ and fill out ihe
30 application to apply for your Texas tax ID.
31 (2) The firrr►'s e-mail address and fax nnmber.
32 {3} The flrim's DUNS number as issued by Dun & Bradstreet. This numbex
33 is used b� the City foz' required reporting on Federal Aid projects. The DUNS
3� number may be obtained at www.dnb.com.
35 d. Resumes reflecting the constt'uction e�perience of the principles of the firm for � rms
36 submitting their initial prequaSification. These resumes should include the size and
37 scope of tlte wark perfortned.
38 e. Other information as req�ested by the City.
39
40 2. Prequalification Rec�uirements
41 a. Financial Siatements. Financial statetnent submission must be provided i.n
42 accordance with the following:
q3 (1) T�►e City requires that the original Finazzcial Statement ar a certi%ed copy
44 be submitted for consideration.
CITI' OF FORT WORTH NO[tTHPbTNTS 24-INCH WATER T�AN5MISSION NiAIN (1+i4-1.A)
S'fAAiAARD CON9TRUCTION SPBCIFICATION DOCUME1�iT City ProjectNo. 1035Q5
Revised laly l, 20l 1
004511 -2
BIDDERS PREQUALIFICAT[ONS
Page 2 of 3
1 (2) To be satisfactory, tk�e financial statements must be audite�l or reviewed
2 by an independent, certified public accoun#ing f�rm registered and in
3 gond standing in any st�te. C�xxsrat Texas statues also require that
4 accounting firtns performing audits or reviews an business entities within
5 the State of Texas be properly licens�d or registered with the Texas State
6 Bnard of Public Aceountancy.
7 {3) The accounting frrm should state in. the audit repa:rt or review whether
g the contractor is an individual, corporatioz�, or limited lzability company.
9 (4} Financial Statements m��st be presented in U.S, dollars at the current rate
�Q of exchange of the Balance Sheet date.
11 {5) The City will not recogniza any certi�ed public accoun#ant as
12 independent who is not, in fact, independent.
i� (6) The accountant's apinion on the fnancial statements of the contracting
14 coxnpany should state that the audit or review has been conducted in
15 accordax►ce with audrting standards generally accepted in the United
16 States of America. T'h.is must be stated in the accauntmg firm's opinion.
1'1 It should: (1) express aa� unqualified opinion, or {2) e�ress a qualified
Y� opinian on the staterrients ta�en as a whole,
19 (7} The City reserves the right to require a new statement at any time.
20 {$) The financiai statement must he prepared as of the last day of any manth,
�z not more thar� one year old a.nd must 6e a�. file with #he City lb months
2Z thereafter, in accordance with Paragraph 1.
23 (9) Th� City wi�l detertnine a contt•actor's bidding capacity for the put•poses
24 of awarding contracts. Bidding capacity is detenm.ined by multiplying the
ZS positive net working capital (working Gapital � current assets — current
26 Iiabilitias) by a factor of 10. Only those staternents reflecting a positive
27 net woxking capital position will be cansidered satisfactory for
28 prequalification purposes.
2� (1.0) In the case that a bidding date falls within the time a r�ew �nancial
3� statement is being prepared, the grevious statement shalI be updated wrth
a� prop�r �erificatian.
32 b. I�idder Pregualificaiion Appltcc�tion. A Bidder Prequalification Agplication m.ust be
33 ' submitted along with audited or reviewed financial statements by firms wishi�g to be
34 el'tgible to bid on a11 classes of construction anc! anaintenance projects. Incomplete
35 Applieations wi11 be rejected.
36 {1) In those schedules where there is nothing to report, the natation af
�'1 "None" o:r "N/A" should be inserted.
3 g (2) A minimum of five (5) r�%rences of related wark must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
4D the control of the Contractor and vahich is related to the type ot'work for
4X which the Contactor is seeking praqttalificafzon. The schedule must
42 include the manufacturer, model at�d genera� com.zinon descriptian of
43 each piece af equipment. Abbreviations or means of describing
44 equipment other than provided abav� �vi11 not be accepted.
45
4b 3. Eligibylity to Bid
�47 a. The City sha11 he the sole judge as to a contractor's prequalificatio.n.
48 b. The City may reject, suspend, or madify any prequali�ication for failure by t�e
49 contiractor to demonstrate acee�table financial ability or perfonnance.
50 c. The City will issue a letter as ta the status ofthe prequali�ca�ion approval.
CITY OF FORT WORTH NQRTXIPOINTE 24-INCxT WATER'CRAN51vi[SSION htIAIN {IV4-tA)
STANDARD CONSTRUCTIQN SPECIFIEATION DOCiTMENT City Project No. ] 03505
Revised 7uly 1, 20] 1
D04511-3
$IpDER5 PIiEQUALiFiCATIOI�S
Page 3 af3
2
d. If a contractor has a valid prequalificatian letter, the contractor will be eligible to l�id
the prequalified work types unt�l the expiration date stated in the letter.
g END OF SECTION
CITY!)F FORT WORTH NORTHPbINTE 24-INCH WATER TIiANSMTSSION MA1N (I`I4-lA)
STAI�IDARll CONSTRT3CTION SPECjFICATION DOCUMENT City Praject Na. 103505
Aevised 7uly I, 2011
60 45 12 - l
PREQUALIBICA'f[DTi 3'fA'1'EMEN'i'
Pegelofl
I S�CTION fl0 45 �2
z PREOUALIF'1CAT10N STAT�MENT
3 �aclti Bidder for � City pr�cure��yent is re:��Rired r� eu:rntPrP N,� ;�lforination below by
4. identifying the p�•eqE�alified cor►tractos•s andlar.�ubao�in�actu��s xv�xam ihey �ntend #a e�tifize for the
5 majo�• wor�C type(s) listed.
G
Majnr Work Typ�
Water Tcansmission, Develo�ment,
24-inches at�d s�neller
Tuunelir�g — 3b-I�ialies — 60-9i�o�ias,
and 350 LF or Eess
-or-
Auger Borin� — 24-fnch �lia��eter
casfng and.��A±P�• __
?
8
9
!0
11
I2
l3
14
15
1G
17
18
l9
20
�]
22
23
2A
2s
2G
ContcaatoE/Suhcontractor Company NainE
S.J. L011i5 COI]5tCUCt10II Of T0%ASr l.td.
S.J. Louis Construction of Taxas, Ltd.
�413U/22
04/30/22
� The und�isigned iiereby cer#ifies that the cant�•actars andlar subco�tractors described in
the table abov� are atmcently prequali�cd for the work types listed.
BlDD�Rt
Date
5.3. Louis Constructian of Texas Ltd. By: Adanz Guns%rd
Company �Please i'rini}
►f � r'
520 South Gth Ave. �ig��Atu�•e: �,�� .
Address
, Mans�eld, TX 760G3 Title: Vice Pcesidenf
�itylStateCZip (Please Yrint)
Date: a�lU�/21
raHn n_r, Gr.rrYnN
CI�'Y QF ]�ORT WdRTH NOIYi'HI'OLiVTi 24-1MCH WATSEtTRANSM15510N MAIN (�f�4-YA)
5TAi�[UARD CONSTRUG7'14N SPfiCIFiCA'f[ON I}DCE1Nil'siVTS City f'rojeet No, IU3505
iteviged July I, ?U11
�o�� �R��
Date af Bala�ce Sheet
SECTION OQ 45 I3
PREQUALIFICATION APFLICATION
Mark only ane:
�ost Office Bax
Stre�t Address {requ�red)
Telephone
City
CI�j+
Fa�
Individuaj
Limited Partnership
General Partnership
Corporation
Lia�ited Liability Coznpany
State
State
Email
Zip Code
Zip Code
Texas Ta�payer ldentiiicatio�a Na.
Federal Employers Zdentification No.
DUNS No. (if applicable}
Emaillmail this qliestionnaire along with iinancial statements to the apprapriate group below. A separate
submi'ttal is reqtzired for water/sewer, pavzng, and lightirzg:
Work Category— Water Dept - WaterJsewer WorkCategory—TPW Paving Worlc Category—TPW PedlRdwy Lighting
�U�]li,,.. .OItiNOI'tEl� ',XaS.$OV l�1Ci �lw:.dIOflWOf.�.:r¢=,=0s ¢i1ni,Ii�vvcrccu�urhNUT�1lC�a140V
Fort Worth Wa#er Department Enginaaring and City of Forr Worth Transp.artation and Public City oF Fdrt Worth TPW Transporta#ion
Fiscal Sereices Divisinn 200 Texas 5t. Fort Woxks i]ept. 885i Camg Bowie West Blvd. Fort Management Attn: Clint Haover, P.E. 5001
Worth, 'TX 76102 Worth, i�xas 76:116 Attn: Alicia Garcia 3atnes Ave. Fort Worth, TX'16115
*Fina�acial Statemer�ts must be mailed. Mark the envelope: `Bicfder Prequalification Application"
00 45 13 - 2
DIDI7ER PREQUALIPICATIDIV APPLICATI�N
Page 2 of 8
BU�INESS CLASSIFXCATIDN
'I'he following should be completed in orcfer that we may praperly classify your firm:
(Check the block(s) which are applieable — BIock 3 is to be lef� blank if B1ock 1 andlor Block 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,Q00,000.00 in anntiial gross receipts
OR
� Does nat meet the criteria for being designated a small business as provided in Section
2006.QOI af the Texas Government Coda.
The classification of your firm as a s�rziall or targe business is not a faetor in detertnining eligibility to
bacome prequali��d.
Select �najor woi•k categories for vrhich you wauld like to be prequalified (City may deem you are not
qualified for seIected category or may approve you at a lesser sizelletagth and maximum size may
n.ot b� listed speeifieally t�nder a m�jor work categairy):
MAJOR WQRK CATEGQRIES
Watex Departznent
Augur Baring - 24-inch diameter casing and less
Augur Borin� - Greater than 24-inch diaxneter casing axzd greater
TunneIing — 36-Inches — 6Q —inches, and 3SO LF or less
Tut�neling - 3b-Xnches — 60 —inches, and greatar than 350 L�'
TunneIing — 6b" and greatez•, 350 LF and greater
Tunneling-� 66" and greater, 350 LF or Less
Cathod[c Protectian
Water Distribution, De�elopmanf, 8-inch diameter and smaller
Water Disf�ibution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, ].2-inch diameter and snnaller
Water Distribution, L7rban and Renewal, 12-inch diarneter and smaller
Water Transmissian, De�elopment, 24-inches and smaller
Water Transrnission, i7rban/Renewal, 24-inches and smaller
Water Transzzzisslon, Deveiopment, �l2-inches and smaller
Water Transmissian, Urban/Renewal, 42-inches and s�aller
Water Transmission, Development, AlI Sizes
Wafer Transrtzission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and st�;�aller
Sewer Bypass Pumping, 18-it�ches — 36-inches
Sewer Bypass Pumping 42-inches az�d la�•ger
CCTV, 8-inches and sma.�ler
CCTV, I2-incS�es and smaller
CCTV, 18-inches and smalIer
CCTV, 24-inches and smaller
CITY dF FORT WORTii NOICTHP0IN7'� 24-INCH WATER TRANSIvIISSION MAIN (N4-1 A)
STANDARD CON3TRUCTIpN SPECIFICATION AOCUMENTS City Prqject I�i.o. 103505
Revised August 13, 2021
OQ4513-3
$IpDER PREQUAL�'ICATCON .APPLICATTON
Pa�e 3 of 8
MA.IOR WORK CATEGORIES, CONTINUED
CCTV, 42-inches and smaller
CCTV, 4$-inches and smaller
Ser�ver CLPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CFP�', 42-inches and smaIler
Se�vaer CIPP, All Sizes
Sewer Coliection System, Developnnent, 8-inches and smaller
5ewer Collectian Sysiem, Uz'banlRenewal, 8-inches and smaller
S�wer Collectian System, D�veiopment, 12-inches and snnaller
Sewer Collection System, Urban/Renewal, 12-inches a.nd smaller
Sewer Interceptors, Development, 24-inches and smaIler
Sewer Interceptors, L7rbanlRenewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Tnterceptors, UrbanlRenewal, 42-inches and smaller
Sewer interceptors, Developt3nent, �8-inches and smaller
Sewer Interceptors, Urban/Rer�ewal, 48-inc�es an� smaller
5e�ver Pipe Enlargement 12-inches and smaller
5ewer Pipe Enlargement 24-inches and s�naller
Sewer Pipe Enlargement, All Sizes
Sewe:r Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Gleaning, 8-inehes and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons i2-inches or less
Sew�z' Siphans 24-inches or less
Sewer Siphons 42-inches or less
Sewer 5iphons All Sizes
Tra�sportation Public Works
Asphalt Paving ConstructionlReeonstruction (LESS THAN 15,OOR square yax'ds)
Asphalt Paving Construction/Recanstruction (15,000 square yards and GREATER)
Asphal�t Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,OD0,044 and OVER)
Cancrete Paving Construction/Reconstz'uction {LESS 'THAN 15,OU0 squa�e yards)*
Cancrete Paving Constructio�/Reconstruction (I5,000 square yards and GRFATER)�
Roadway and Pedestrian Lighting
N�TE *There is nat a prequalification reqtitirement for installatian of eoncrete sidewalk, curb & guiter,
driveways, and panel repiacetr�ent, only concrete paving
CTTY OF TORT WOR'l"H NORTHPOiNT6 24-1NCH WAT�R TRANSNIISSlO�T MAM (N4-lA)
9TANDARI3 CONSTRUCTION SPECIF'TCATION D�CUMENTS City Project No, 103505
Ravised August 13, 2021
OQ4513-4
BIDDER PREQ[JALIFICATION APPLICATION
Page 4 of 8
2. How rnany years has yaur orgaruzation been in business a.s a general cantractor under your present
name?
List previous business names:
3. How mat►y yeaxs of experience in
had:
constructian work has your organization
(a) As a General Contractar: (b) As a Sub�Contractor:
*What projects has your orgat�ization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CQI�iTRACT OF DATE CITY-COUNTY- ADDRESS OF 4FFICIAL TO
AMOUN`I' WORK COMPLETED 5TA'�'� WHOM YQU REFER
*If requalifying only show work per�'ormed since last statement.
5.Have you �vef• failed to complete any wark awarded to you?_
If so, where and �vhy?
6. Has any officer ar owner of your organization ever been an officer of another organization that failed ta
complete a con#ract?
If so, state the name of the individual, other orgazuzation and
7. Has any officer or awner of your organization ever fazYed ta cornplete a con#ract ex�cuted in hislher
If so, stat� the natne of the individual, name of owner and reason.
CITY DF F012T WpRTH NQTZTHI'QJNTE 24-INCH WATER TRAIVSMISS�ON IVIAII�' (N4-lA)
STANDA12b CONSTRUCTIDN SPECIFICATION DOCUMENT5 Ciry Frojeet No. I03505
Revised August 13, 2021
List equipment you do not own but whicn is availat�Ie by renting
D04513-5
B!1]DERPREQUt1L�'ICATTON APPLICATION
Page 5 of 8
S. In what other lines of business az'e yau financially inferested?
9. Have you ever performed any work for the
If so, when and ta whom do you refer?
11. Give the natnes ofany af�liates or relatives currently debarred hy the City. Indicate your relationship
ta this person ar fu'm.
I2. What is the construction experienca Qfthe principal individuals in your arganization7
PRESENT MAGiVITUDE
POSTTION 4R YEARS OF AND TYPE OF 1N WHAT
NAME OFFIC� EXPERIENCE WORK GAPACITY
i 3. If any awner, officer, director, or stackl�older of y�ur firm is an employee of the City, or shares the
same household with a City erraplayee, ��ease list the name of the Ci.ty emplayee and the relationship. In
addition, list ar�y City employee vvha is the spouse, chiid, or parent of an owner, Officer, stockholder,. or
directar who does not live in the same haus�hald but who receives care and assisiance fi'om that person as
a direct result of a documented medical condition. This includes foster children or thos� related by
adoption or znarriage.
CITY DF FDRT WORTH NORTHI'OINTE 24-INCH WAT�R TRANSMISSiQN 3vIAl[� (1V4-lA)
STANDARD CONSTRUCTION SYECIFICA'I'�ON DDCUMEATTS City Project No. 103505
Revised August 13, 2021
10. State names and detailed addresses of all producers from whom you have purchased principal
mateeials durin� the last three years.
00 45 13 - 6
BIDDER PREQUALIFICATION APPL[CATION
Page 6 af B
COR�'ORATION BLQCK PARTNERS�IP BLOCK
Zf a corporatiou: If a partnership:
Date of Incorporation State af Organization
Charter/File No. Date of organization
President Is partnership general, limited, or r�gistered Iimi#ed
liability partnershig?
Vice Presidents
File Na. (if �.imited
Partnership)
General PartnerslOificers
Secretary Limited Partners (if applicable)
Treasurer
LIlVIITED LIAB�LXTY COMPANY BLOCIfi
Yf a co.rporation:
5ta#e of Incorporatian
Date af arganization
File No. Individual5 authortzed to sign for Partnarship
Offieers ar Managers (with titles, if ar�y)
r.xcepi ior �a�n�rea parcnera, xqe tnaiviauals ltsteci in the blocks above are presumed to have full
signatnre authority for your �rzn unless otherr�vise advised. Should you wish tn grant sigp,atare
authority for addiEional individuals, please attach a certi�ed copy of fhe corporate resolution,
coz-pora�e minutes, partnership agreernent, pawer of atYorney or other l�gal docurnentation which
grants this authority.
CITY Or FORx WORTH NORTIIPOINTE 24-INCH WATER TRANSMTSSION MAM {N4-lA)
STANDARD CONSTRUCTION SPECIFICP:TIQN f}OCUMENTS Ciiy Project No. 103505
Re�ised August 13, 2021
00 45 13 - 7
BIDDEit PREQUALII'ICATIQN APPLICATION
Page 7 af 8
14. Equipnnent
�
TOTAL
Sirr�ilar types of equiptnent �rtay be lumped together. If your �irm has tnore than 30 types of equipment,
yau may show these 30 iypes and show the remainde�' as various . The City, by allowing you to show
„ ��
anly 30 types af equipment, reserves the right #o request a complete, detailed iist of all your e�uipment.
The equipm ent list is a rep resentation. of equipment uzider the control of the firrt� and which is related to
the type of �+ork for which the �rm is seeking qualification. In the description include, the rz�anufacturer,
model, and general co.mmon description of each.
BALANCE SHEET
ITEM QUANTITY ITEM DESCRIPTI4N VALUE
1
2
3
4
5
6
7
S
9
1D
11
12
]3
14
15
16
17
18
19
20
21
22
23
2h
25
25
27
28
29
30
V arious-
TOTAL
CI1"Y OFFORT WOATH NUK"li-1�'ViN rG �4-u��n vrriic�c �nn�����u��,..�. �..�,.,, t..z-..��
STRNDARD CONSTR�TCTIQI� SPECIFLCATION DpCUl1�NTS City ProjectNn. l03505
Revised August i3, 2021
0�4513-8
BID1a�R PIt�QUALIFICATI0I�1 AFPLiCATION
Page 8 af S
BIDDER PREQUALIFICATION AFFXDAVIT
STATE OF
COL7IVTY OF
The undersigned hereby deelares that the foregoing is a true statement of the �nancial condition of the
entity herein f�rst named, as of the date hareir� frst given; that this statement is far the express purpose vf
inducing the party to whom it is snbmitted to award the submitter a contraci; and that the accountant who
prepared the balance shee# accompanying this report as Wvell as any depository, vendor ar any other
agency herein nannad is hereby authorized to supply each party w.ith any in%rmatipn, while this statement
is in force, necessary to verrfy said statemenf.
, being duly sworn, deposes and says tk�at
he/she is the of , the entity
described in and which executed the foregoing stat�ment that he/she is familia.r with the baaks ofthe said
entity showing its financial eondition; that the faregoing financial statement taken from the books of the
said entity as of the date thereof and that the ataswers to the questions of the foregaing Bidder
Prequalification AppIicatio� are correct an.d true as of the date of this affidavit.
Firm Name;
Signature:
Swaz�tf ta before me this
day af_
Noiary Public
Notary Public must not be an officer, director, or stockholder or relative thereaf.
CI'TY bF FQRT WQATH NOiZTHPOINTE 24-INCH W1�TER TRANSMI53ION MAIN (N4-lA)
STANDAR]] CONSTRUCTION SPBCIFI�ATION DOCUMENTS City Fmject No. 1Q35Q5
Revised Augus4 13, 2021
4U452G-I
GONTRACTbR CQMPLlANC6 WliTFI WOILK&IY5 COMPBN5ATIQN LAW
1'age I pf 1
G
7
8
9
lD
]l
�x
13
14
15
16
17
18
19
20
21
22
23
24
25
2b
27
28
a�
�o
31
32
33
3A
�5
3G
37
38
3�J
s�c�r�o�v oo �� Z�
CONT[iACTOR CQMI'LIANCE W1TH WORI�ER'S COMFEN5AT10N LAW
Pu�•sttant ta T�xas �.,abor Code Section 406.09G(a), as aiMertiled, Contractar cei•ti#ies that it
�Srovides wo�ke�•'s co�n�ensation ins��cance coverage fae al l af ifs efnployees employed aai Gtty
Prajee� I`�o. ! 03505. Cpntracto�• fii��thet- �c�rtifies tliat, ptu�suant to 'I'ex�s l:xhnr (:��1e; Sectibt�
�}Q6.���{��, as amended. lt W1iI �3YUVli�e t0 Clty 1t5 SUUCOIItC&G�Oi''S �:�:';:��:;t4g £7��;n;�� 1iai�rp v�i#1t
warker's campensatio�s c�overr��c.
CONTRACTOR:
.
3,d, Louis Cous�ruation o�'Texas, Ltd. By: AdamLuns�'ord
Casnpany (�'lease P��i t)
� --
S20 5outt� Gtl� Ave. 5ignature: °�� � �
Address rt
Mflns�ield, TX 7G0G3 Title; Vice Pres'sdent
CitylStatelZip (F�esse P�•int)
THE STATE O� TEXAS
CQUNTY OF' TARRANT
BE�ORE ME, tlta und�i�signed authoi�ity, on this day personal ly appeared
Adain Lunsford known to me to he the persan whos� naine is
subscribed to the foregoing instrument, ai�d aokuowledged ta me that heL511e executed the same as
the ttot �ud deed of �c� ]��esid�tet %r the purposes and
aonsidera#ian therein expressed �r,:.a in lC�e ca�����ly t't�areii� stated.
GIVEN UNDER MY HAND AND SEAT. O� DFFICE khis 9tlt day of
Se�ten�bcr , 2021.
— ,
,��y� . _ ,
�qrBY AV MA�IA tAURA PAIIEPES �-`� ' . e__
� Nntary �� +�??n�,?Rp^ Notary P blic in and for the State uf'Cexas
� My Commisston Lxp�res
�'� F Apnl 15, 202a
- - — � ND or �A'.�Trn�r
CI7Y pT �UILT WORTI3 Ai01t7'NPOiNT� 24-INCH WATFR'l'RANSMi5510N MAlN (N4-1 A)
S'CANARRD CONS'�AUC1 kON 5!'ECfFtCA7'!ON U�CUMeNTS City Pro}e4� 1��M. 1035�5
Revised daiy I, 20l I
ooas aa- �
B�siness Equity Ordinance Speci�ca#ions
Eage 1 of 2
SECTIQN 00 4S 40
Business Equity 5pecificatiotas
3 APPL�CATION OF PQLICY
4 If the tatal dollar value af the contract is greater than $l Ob,000, il�en a Business Equity goal is applicable.
5 A Business Equity Fi�tns refers fo �ertified Minoriiy-, andlor Women-, owned Business E�aterprises
6 (M/WBE).
7
8 POLICY STATEMENT
9 It is the policy of the City of Fort Warth to ensure the full and equitable participation of Business Equity
1a Firms when applicable, in the procurem.ent of a11 goods and services. A11 requirements and regulations
11 stat�d in the City's curcent Business Equity Ordinance No.24534-11-2020 (as codzfted:
12 h s:l/codelibr .a�nle a�.camlcndes/i���orthl�atest'fTworth t�c1U-U-U-225R�} apply to this bid.
13
14 �
1S MBE PR4JECT GOALS
16 The City's MIWBE goal on this project is 17% of the tatal b1d value of the cor�tract (Base bid applies to
17 Parks and Corramunity Services}.
18
19 COlYIPLZANCE TO BID �PECIFICATIONS
20 On City contracts $100,040 or more where a Business Equity Goal is appiied, a�arars are required to
21 cornply with the intent of the City's Business Equity Ordinance by meeting or axceeding. the above stated
22 goal througl� ane of the following methods: 1. Business Equify snbcontrac�ing participation, 2.
23 Commercial useful function service� p�rformed by the Business Equity Prinne to count towards the
24 goal, 3. Combination of Business Equity Prime services and Business Equity �ubcontracting
25 participation, 4. Business Eqniiy 3oint Venture participatian, 5. Good FaiYh Ei'fort documenfation,
2b or, or 6. Prime Waiver documentation.
27
28 SUBNIITTAL OF RE UIRED DOCi1MENTATION
29 The Utilization �lan shall be due at the time specified in the sQlicitation. Tha applicable documents must
30 be z'eceived by the P�zrchasing Divisian, within the time allocated, in order for the entire bid to be
31 considered resp�nsive to the specifications. The o�erar shall EMAIL the Business Equity
32 docurnentat.ian ta the assigned City of Fart Worth Project Manager or Department Designee. Documents
33 'are to be received no later tban Z:40 p.m., on the seeond City business day after the bid opening
34 date, exclusirve af the bid opeuing date.
35 �
36 The Offeror must submii one o�the following documentation:
37 1.. Utiiization Form, if the goal is met or exceeded,
38 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if
39 parkicipation is less than stated gaal, orno Business Equity participation is accomplished,
40 3. Prime Contractor W�ive�r Fotm, including supportimg documentation, if the Offeror wi11 perfortn
41 all suUcontracfinglsupplier opportunities,
42 4. Joint Venture ForEn, if goal is mef or exceeded with a Joint Venture,
43
44 These forms can be found on-line at:
45 Business �quity Uiilization Form
�46 httns:l/apps.iartworthtexas �o�jectResources/ResouressP160�%20-
47 %20MWBEINEVi�°�'o20Busines %20 ui %20�rdin celBusiness%20E ui %2.OUtilization°/20Form.
48 p�
44
CIT'Y OF F{3RT WORTH NORTHFOINTE 24-1NCH WATER TRANSMISSiON MAIN {N4-lA�
STANDARD COI�STRUCTION SPECIFICATION IaOCUMENTS City ProjectNo. 1Q3505
Revised Juiy i5, 202i
oa4saa-z
Bnsiness Equity Ordinance SpeEiFicafinns
Page 2 of 2
1 Business Equity Prime Contractor Waiver Form
2 https://apps.fortwnrkhtexa5, ovlProiectResources/ResourcesP/G0%2D=
3 %24MWBE/NEW%20Business%2pE ui %200rdinanceBusiness%20� ui %20Prime%20Contractar
� %20Wai�+er.pdf
5
G Business �quity Good Faith Effort Form
7 htt s:lla s.foriworthteacas, ovlYro'ectR�sources/ResourcesP/60°fo20-
8 %20MWBE/NEW%20Business%20E ui °/a200rdinancaBusiness%20E ui °io20Goc�d°/n20Faith%20Ef
9 fort°'/o20Form.�di',
10
11
12
13
14
15
16
17
18
Business EqUity Joint Venture Farn�
https://app5. fortworthtexas. gov/Pro"ectResource�/ResourcesP/60%20-
%2UMWBE/NEW%20Business%2Q ui %200rdinancelBusiness%20E ui %zOJaint%20Venture. df
FALL[JRE TO COMPLY WITH THE CITY'S BUSINESS EQi1�ITY ORDINANCE WILL RESULT IN
THE BID B�ING CONSIr1�:.ki.ED NON-RESQNSIVE TD SPEC�'ICATIONS.
FA,�LURE TO SUBMIT THE REQLTIlZED BUSINESS �QUTI4' DOCUNX�NTATION WII.,L R�$ULT IN
1� THE BID BEING CONSIDEItED NON-ItESPONSIVE. A�ECOND FAILURE WII,L IiESULT IN xHE
OFFEROR BE1NG DISQUALIFIED FQR A PERIOD OI+ ON� YEAR THR�+ � FAIi,iTRES IN A FIVE
Z� Y�AR PERIOD WII,L RESULT IN' A DISQUALIFICATI'ON P�RIOD UF THR�E Y�ARS.
2I Any (�uestions, Please Contact The Business �quity Dxvision of the Department of Diversity and
22 Znclusion at (S1.7) 3.92-2674.
23
24
25
26
END OF SECTION
CITY OF FORT WOIZTH IYORTHPpINTE 24-TNCH WAT$R T12ANSMISSION MA,IN (N4-lA)
STANDARD CONSTKITCTION SPECIFICATION DQCIJMENTS Ciry Project No. ] 03505
Itevised July 19, 2021
Ul7 52 43 - 1
Agreemenl
Page I of5
S�CTION 00 52 A3
AGREEMENT
THIS AGR�CNiCNT, autllorized on 1�11912421 is made by and between the City of Foi�t
Warth, a Texas home rule municipaiity, acting by and througlt its duly auft�orized City Manager,
("City"), and S. J. Louis Constructipn of Texas_,_Ltd. ,
flil�ilaYized to do. business 1n Texas, acting by and througl� its diily authorized representative,
("Cont�•actor").
City and Cbntractor, in consideration ofthe mutual cove�iants hereina�er set forth, ag�•ee as
follows:
Article L WORK
Contractor slfall comple#e all Was•k as speci�ed o�� indicated in the Contract Docuit�ents for the
Project identified herein.
Article 2. PROJECT
The projeet for which the Work und�r the Contract Docuinents may be the whole nr only a pai�t is
generally described as faflovys;
Naa•tE�na�nte 24-Incli Water Ti��nsmission Main (N4-IAl
CitV P�•a�ett No. i03505
Aa•ticle 3. CONTRACT PRIC�
City agrees ta pay Contractor for perfonnance r�f the Work in accoidance with the Contract
Docii�nents an amount, in c�u'tent fUnds, ofThree Millinn Nine Hundred Forty Thousand & 43�iGopQllars
(�_3, a�a.000.43�
Art�cle 4. CONTRACT TIMC
4. I Final Acceptance.
Tl�e Work will 6e complete for Final Acceptanae within 2'�0 days afiier the date when #he
Contract Time commer�ces to run, as provided in Paragraph 2,03 of the Generaf Conditions,
pius any extensian therepf allowed in accardance witlti At�ticle 12 of fhe General
Condikions.
4.2 Liquidafed Damages ,
Confractor recognizes tk�at �rnae is of fhe essence foi' completion of Milestones, if any, and
to achieve Fina! Acceptance af tlti� Wock and Ci#y wiil suffe�• financial ioss if the Wock is
not completed within the titne{s) specified in Paragraph 4.1 ahove. The Contractor also
recognizes the delays, expense and diffictijlties involved in proving in a legal proceeding,
the actual lass suffered by the City 'tf the WorEc is not catnpleted on time, Accordingly,
instead of requiri��g any such proof, Conteactor agr�es that as liqti�idated da�nages for
delay (but not as a penalty}, Contractor shall pay City Si �mdred Twent -Five Dollars
�625.00 %r each day that expires af�er tl�e time spacified in Paragraph 4. � for Fina!
Acceptance until the City issues the Fina! i.etier af Accaptance,
CiTY OF FORT WORTH NORTHPOINTE 24-iNCk! WATER TRANSMISSION MAIN (Nd-I A)
$TANDARD CONSTRLICTION 5PECIFICAT[ON DOCUMENTS City Prajeet No, 1035U5
Revised luly l, 202f
045243-2
Agrccn�ent
Pegc 2 of 5
Article �. CONTRACT DOCUM�NTS
5. t CONTENTS:
A. Tl�e Contract Documauts which comp��ise the entire agreeinenk between City and
ContracEor concerning tT�e Work consist of the fal�owing;
1. This Agreement.
Attacliinents to tl�is Agreement:
a. Sid Forin
1) Pcoposal Forin
2) 1lendor Cainpliance to S.tate Law Non-Resident Biddez•
3) P�•equalification Sfatemeut
�) State and Federal doctttnents (�r•oject specifrc)
b. Current Pa�evailing Wage Rate Table
c. InsLu•ance ACORD Form(s}
d. Payrnent Bond
e. Pei�formance Bond
f. Maintenanae Boi�d
g. Powar of Attorney for the Bonds
h. Woi�cer's Campensation Affda�ic
i. MBE ai�dlQr,SBE Utilizaiion Forin
3. General Gonditions.
4. Supple�nenta�y Conditions.
5. Specif cations specificaIly made a part of the Cotitract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of #he Project's Contract Docuinents,
6. Dt�awings.
7. Addenda.
8, Docu�nentatlnn siibmitted 6y Contractor pz•ior to Natice of Award.
9. The followeng which may be delivered ar issu�d aftec the Effective Date of tl�e
Agreem�nt and, if issued, become an incorporated pa�•t af the Gontraet Documepts:
a. Notice to P►�oceed.
b. Field �rders.
c, Cltatxge QZ�ders.
d. Letter of Final Acceptance,
Article 6. IND�MNIP'ICATIOPI
i.� Coutractor covenants and agx•ees tn indernnify, l�ald hflrmless And defend, flt its own
expense, tUe city, ita a��cers, servants and employees, fi•am stnd against any and all
claims Arising out of, or alleged to �rise out of, t1�e worlc �nd services ta he perfarme[I
by tlie confracfo�•, its o�icers, �gents, employees, eu6ca�s.t�•aciors, licenses nr invitees
u�tdee• tltis contract. This indemnificfltiou provision is s»eca�cflliy ia�tended fo operate
and Ue affective a�en if it is alleEecl ar_pro�en tt�at �ll or some of the dam�ges. being
sougl�t �vere c�used, ixi wl�ole ae• in nart, by Any act, omissian or ne�Ii�ence pf tlie ci#y.
Tltis indemnity pro�Esian is intended to iE�elude, tivi�tl�ot�t Iimit�tion, incicmnify for
costs, expenses and legal fees incurred by #lie city in defending against sucli claims and
causes of �ctions.
ClTY OF FORT WdRTFI NORTHPOINTE 24-INCI-i WATER TRANS3v1[3Si4N ivlAiN (N4-IA)
STAtdDARD CQNSTRUCTIpN SPECI�ICATIqiV �pCl]i+AENTS City ProjeCtNa, i03505
Rcvised Ju[y !, 2021
D05243-3
Agreement
Page 3 af 5
G.2 Contracto�� covenants �nd agrees fo in�emnify and liold liarmless, �t iis own expense,
tlte city, its ofCiccrs, set•vants s�nd employees, from and agaiust any flnd a11 loss, damage
o�• dest�•uction of property of tl�c city, a�•ising out of, or allege[� to a�•ise ouf of, the worl�
and services to be �erfae•med by the contr�cto��, its officers, Rgents, em�loyees,
subcanh'AC�flk�s, licensces or invitees under ti�is contract. Ti�is indemni�c�tion
nrovis[on is s eciiieflllY intended ta op.erate and be etfective e'ven if it is alleged or•
roven ili�i all oe• some of tlke d�ma es bein sou hf were caused in �vlEole or in ar#
b An �cf omission or ne li ence of fl�e ci .
Articie 7. MISC�LLAN�QIIS
7.1 Terins.
Tartns used in this Agreeineut wlticll are def ned in Ai�ticle 1 of tiie Gen�ral Conditions will
liave the meanings indicated in tl�e Geneeal Conditions.
7.2 Assignmenk oi Contract,
This Agreetnent, ineluding all af the Cantt•act Doouments inay not be assigned by the
Contractor withoi�t the ad�anced express written cousent oftlie City.
7.3 Successors and Assigns.
City and Contractor each binds itself, ifs partners, successors, assigns and legal
representatives to the athec party hereto, in respect to all cover�ants, ag�•ee►nenis and
obligations cantained in tl�e Contract DocuEnents.
7.4 Severa6il.ity.
Any provisian or part of the Contract Docu�ne»ts held to be unaonstitutional, �oid or
unenforceable by a coui�t of comp�tent jurisdiction shall be cieemed stricken, and aI�
rema'tning provisioi�s shall continue to be valid and binding t�pon CITY and
CONTRACTOR.
7.5 Governing Law and Venue.
Tl�is Agi�eat�ent, ineludxng all of the Coniract Documents is pei�formable in the State of
Texas. Venue sl�all be Tarrant County, Texas, or the United States District Court for the
Noithern District of Texas, Foit Worth Div3sion.
7.6 Authority to Sign.
Conh�aator slZall attacl� evidei�ce af autiior�#y to sign A�•ee�ne�t if signed by someone other
than the dnly authorized signatory of tl�e Cottf�'actor.
7,7 Pt�ohibition On Contracts Wiih Companies Boycotting Israel.
Contractar acknowledges tl�at in accordance with Cltapter 2270 of the Texas Government
Coele, tUe Cify is prohibiked fi•o�n enfering i�ito a cantract with a company fvr goods or
seivices unless the cankract contains a written verif.tcation fi�om the coinpany that it: (]}
does not boycott Tsrael; aitd {2) will not boycott Israei during the term of the coniract.
CITY Qf F'ORT WORTH NOE�THPOINTE 24-1A[CH WATER TRANSM[SSiON MfAIN (NI4-1 A)
STAiVBARD CUNSTKUCT[ON SPECIFICATION pOCUMENTS Ciry Project No. l035U3
Revised July [, 202 t
onszas.4
Agreemenl
Pege 4 nf 5
The tectns "l�oycott Israei" And "ca�npany" s�iall l�ave tl�e ttzeaz�ings ascribed to tliose te�•ms
i�� Sectioii 808.001 of the Texas Goveriunent Code. By stglli�tg tlrts cotttl�act, Contr�trctar
ce��t�fes tlitit Ca�ttl�rtctor�'s signrrtrrre ��iavides svl�rfte�r velifict�tiorr to flte City flrrrt
Ca�a1r•acfol�: (I) rloes Xrof 6a��cott Is��ne1; �,��r �z� ���rr,�ot �ov��rt xS,�ne! tltti�i�tg �lte tetit� o, f
the cr„rr,•acr.
7,8 Immigration NaCioi�ality Act,
Co��t�'actor shall vet•ify the identity and etnploymeut eligibility of iks amployees wl�a
perfoj•n� work tmder this Agreemenfi, IIICIUCi1ll� C0117p��t111� 111� Employment Eligibility
Verification Form (I-9}, llpon reqnest by City, Cont�•acto�• sliall p�•aysde City wit�l copies af
alI I-9 foi•ms and suppa��king eligibility dacuinentation for each employee who perfoirns
woric under this Agreeinent. Conti•actor slyall adhare ta all Federal ai�d 5tat� laws as well as
establish appropriate procedures apd con#�•als so that no services will be perfocmed by any
Contractoc emplayee who is not � lagally eligible to pei%j•m suc1� services.
CONTRACTOR SHALL TND�MNII'Y CITY AND HOLD CITY HARML�SS
FRQM ANY P�NALTI�S, LIABIL,ITICS, OR LO�SES DU� TO VIOLATIONS DI+'
THZS PARAGRAPH BY CONTRACTOR, CONTItACTOR'S �MPLOY�ES,
SUBCONTRACTOR�, AG�NTS, OR LXC�NS��S. Cify, upon wj�itten t�otice to
Con#ractor, shall have the rigi�t to imtnediately terminate tl�is Agreen�ent for vialations of
i11I5 pl'OV15L011 bj� CQY1�3'aCtOC.
7.9 No Third-Party Seneficiaries.
This Agreeiner�t gives no �•ights or beii�fiEs to anyone otl�er than the City and the Con#��actor
attd fhere are no thit�d-pa��ty b�neficiaries,
7.1Q No Gause o#'Action Against Engineat•.
Contracto�; its subconiractors aiid equi�inen# and maEet�ials suppliers on #he PROJECT or their
sureties, shall maintain no direc# action against the Engineer, its officers, employees, and
subcantractnrs, for any claim arisiixg ouk of, in conneotion with, or resulting fiom the
engineering ser�rices pec%j•med. �nly tlle City will be the beneficia►y of any undeitalcing by
the Engineer. The presence or duties af the Engineei's persannel at a construction site,
wltether as on-site repres�utatives or otlier►vise, do not make the Engineer or its personr►el
in a�iy way responsibie for #hose duties that beloi�g to the City and/or tl�e City's conshuction
contractors or othea• entlti�s, and do not relieve the consti�uctiQn contractors oa• any other
entity of their qbiigations, duties, and respo�isibilities, including, but not Iimited to, Rll
construction metl�ods, ineans, tachnic�ues, seqtiances, and procedures necessaiy fot�
coo�•dinating and completfng all poi�Eions of the cons#ruction work in accordance with the
Coi�tract Docuinents and any health ar safe#y precautions required by such construction
woi'k. The Ei�gineer and its personnei have no aufhoriky to execcise any contral over any
constrttctioA� contractor or other entity ar their employees in con�ection with thei�• warK ar
auy l�ealth or safety p�•ecaertions,
SIGNATURE PAG� TO FOLLOW
C[TY pi+ �'Oi�T l[�ORTH NORTHPOiNTE 24-iNCii WRTBR TIiAN5MIS5i0iV MAIiY (N4-1 A)
STAiVDARA CONSTRUCTION SPECIFICAT1pN ROCUMEN'C5 Cily Project Na, 103505
Revised July 1, 2U21
00 52 43 - S
Agreement
Pagc 5 of5
1N WI f`3�JESS WHEREOF, City a�id Coi�tractor ��ave eacli executed tlyis Agi�eemeitt tn be
effective as of the date suk�scri6ed by tt�e City's designated Assistgnt City Manager ("E1'f�ctive
Date").
Cat3tractal:j _� _�,pt�l.l� �i7�j'�7�(L� tt_Y� Cify ofFark Wortl�
BY; � T`e�cas� �#-d� By.
�' _ �h��r���'�
� R � _ �i �
Si�natiu�e r Dana Burghdoff
Assiskant Ctfy Manager
Adam Luns�ord No� 2, 2021
{Printed Name)
Date
V.i.ce P�esident
Title
520 South 6th Ave
Address
Mansfield, TX 76�63
City/State/Zip
Attest:
. �
���F�
Ro���ld P. Go��zales „��` ,�. s;��'� `S" ��.
��
Acting City Secretaiy ��` �' '��� �"''•:�
S a� �-�: � '• °'��;�`.
�d '°":., l ��^' S � 54 .
(Seal} '� �� q y �'
.r1� ��� '; �� �,l *
� 1�"
` .._ +. — . M&C: 21-0826 �,�� ��'"`��,;; ," ,
Date Date: 1� 19� f�f,� .y .. ..+•r e;��. � ��
Farm i295 No. 202i-Sfl113T ���,3.�,,,���""�� ��� . I
Contract Campliance Manager:
By sign�ng, l acknowledge tl�at 1 am tlie person
respansible for the inonEtoring and
admi»istration aFtl�is cont�'act, including
ensu��ing a!! perfoi�inance and reporting
reqtii��eittents. �
f �;�i�d�:°
Suzanise Abb�, P.E.
Prajeci Manager, Water Departmetrt
Approved as to Porm and Legality:
a�i
�ouglas W, Black
Senio�• Assistan# City Attorney
APPROVAL R6COMMENDED:
rl, �nG,.. r.� .,a...
Chrisiapller Hardei; P,E,, Director
Water Departi�ant
�
CiTY Or rORT WORTH iVORTHPOINTE2b-INCFi WAT�R'I'�L��Ari'6,�ff�lw�4ixr-s+ry��-�D;� !
STANDARD CONSTRLlCT[�N SPEGFICATION pOCUMEN'fS �j[y!?[�j�s�C..'yp, �g7�3 i
Rcvised,Euly k,2021 J
� �
� �",�?�.+��--qi -�.. �
.. . ---' - _ .�.
Bond No.190048249
fl06113-1
P�RFDRMAI�ICE BOI�[D
Page I of2
t
2
3
4
S
6
7
8
7
SECTION 00 b113
PERP'DRMANCE BOND
T�IE STATE OF TEXAS §
§ KNOW ALL BY THESE P�SENTS:
COUNTY OF TARRANT §
That we, S.J. �ouis Constructian af Texas, �td. known as
"Principal" herein and Libert Mutuaf Insurance Com an a corparate
surety(sureties, if more than one) d�ly authoriz.�d ta da business in the State of Texas, k�town as
10 "Surety" herein (whether one or mara), are held and fumly bound unta the City of Fort Worth, a
1 i rnunicipa� cosporatian created puxsaant to il�e laws of Texas, �cnawn as "City" herein, in t}�e penal
12 sum of, Three Million f�ine Hundred Farty Thousand & 431104 Dollars
13 ($3 940 000.43 , lawful money of the United States, to be paid in Fort Worth,
14 Tarrant Gounty, Texas for the paymant af which sum well and truly to be made, we bind
15 ourselves, our heirs, executors, adFninistratvrs, suecessars and assigns, jointjy and severally,
16 firr�Iy by these presents.
17 W�EREAS, the Principal has entered ir�t� a certain written contract with ttie Cit}+
18 awarded the __ i•day of �� _� 20�, which Contract is hereby referred to a�ad
t9 snade a part h�reof for all purposes as if iully set �orth herein, to £urnish all materials, equipn7ant
20 [abar and other acceSsorias defin�d by l�w, in the prasecutian ofthe Work, including any Change
21 Orders, as provided for in said Contract c�esignated as Northpointe ��d-Tnch Water
22 Transmission Main (N4-lA), City Project No. 103545
23 NOW, THEREFORE, the condition of this obligation is such tl�at if the said Principal
24 sl�all faithfully pexforrn it ahligatians under the Contract and shaII in ali respects duly and
25 faithfully perform the Work, including Change Orders, under the Contraet, according to the plans,
26 specifications, and carttract docu;nents therein raferred tv, and as well during any period of
27 extension of the Cantraet that may be grantad on the part of th� Cit�+, then this obiigaiion snal l be
28 and become nuil and void, ntherwise to reinain in f�ll force and e�feet.
29 PRQVIUED FURTHER, that if any legal action be filed on this Band, ver�ue shall lis in
30 Tarrant County, Texas or the United Statss District Court for the Northern Disteict af Taxas, Fort
31 WorCh Division.
C1TY OF FORT WORTH NORTHI'OiNT� 24-INC�-f WATER TRANSMISSiON MAIN (N!4-lA)
STAiViJARD CONSTRUCTiON SPECIFfCATiON DOCUM6NT5 Ciry Prnject No. I03505
Revised July l, 2611
00 61 13 - 2
PER�4RMAiVCE BAI*!A
Pega 2 of 2
1 This 6ond is made and executed in cornpliance with the pravisions of Chapter 2253 af the
2 Texas Go�ernrnent Code, as amended, and ail liabilities on this bond shalI be determine� in
3 accordanc� with the provisions of said statue.
4 Il�i WITNESS WHEREOF, the Principal and the 5urety have SIGNE�I and SEAL�D
5 this instrument by duly authorized agents and officers on this the day of
6 , ZO_�.
7
8
9
10
ll
l2
l3
14
�S
16
I7
1$
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�4
35
36
37
38
39
4Q
41
42
43
44
45
ATT ��%
(I'rincip � retary
WiMess as to Pr�ncipal
�,„�..�+.s �., .�:��� �_ _ — ,
Witness as to�
P�NCIFAL:
. o' Con t ion xas td.
.
BY: - _
Signatur
-� . 1� i/"iYl7+`1QD ��I - "�t+isY
Name and Trtle
Address: 52U South Gth A�enua
Mansf�ald, iX 7606�
SUR�TY:
Libe Mutual Insurance Cam an
- . , �
�,`�� sY�� - . - , _ � ----,
'Signat�re
Heather R. Goedtel, Attome -in-Fact
Nam� and Ti�3e
Address: 8400 Norm ndale Lake Blvd #170Q
Rlnnmin�tfl'? MN .r,54�7
Telephone Nurnb�r: 763-3D2-7159
*Note: Iisigned by an o�'ficer of the Sutety Company, there must b� on file a certi�ed extract
• fro�n the by-Iaws sYtowing that this person has authority to sign such obli�atian. If
Surety'S physic�l address is diffeaent fram its mailing address, bath must be ptavided.
The date of �kk�e band sha�i not be prior to the date the Contract is awarded.
C�TY aF FORT WORTH NDRTHYQlNTE 24-INCIi WATE12'�RANSMISSTOi�i MAIi�I (N4-IA)
STANDARD CONS"fRUCTIdN SPECIF1CATlON UOCUMENTS Ciry Project No. 103505
Revised 3u[y l, 2fl11
Band Na.190Q482�9
q0 61 14 - 1
PAYM6N�T BOTITJ
Page i oF2
1
2
3
4
5
6
7
8
9
14
I1
12
13
]4
15
16
17
IS
19
20
21
22
23
24
25
26
27
28
29
30
31
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 1A
PAYMENT BOND
§
� KNOW ALL BY THESE PRESENTS:
§
That wa, S Lo 's Co str tion of 7exas Ltd. ��� �
"Principal" herein, and Libe Mutual Insurance Com an a
cor}�orate surety (sureties), duly authorizec� to do business in the State af Texas, lcnown as
"Surety" he�'ein (wh�ther on.e or more), are held and firmly bound unto the City+ of F�rt Wort�, a
municipal cvrporation oreated pursuant #o the iaws aithe 5tate af Texas, lcnawn as "City" herein,
in the penal sum of Three Million Nine Hundred Forky Thousand & 431100 Do[lars
{$3 940,000.43 ), lawful money of the United States, to be paid in Fort Wor�h,
Tarrant Caunry, Texas, for the payment of which sum well and �ruly be made, we bind aurselves,
our heirs, exeautors, administrators, successors and sssigns, jaintly and severally, frmly by these
pre5ents:
VVH�AEAS, Principal has entered into a certain vvritten Contract with City, awarded the
��y og , 20 ', which Cor�ttaot is hereby referrad to and
made a part hereof for a!1 purpases as if fully set forth herein, ta furnish a11 materials, equipment,
iabor and o�her aceessories as de�ned by law, in the prosecution af the Woric as provided for in
said Contract and dasignated as Northpomt� 24-Inch Water Transmissio� Main (N�-]A), City
Project No.103505.
NOVV� THEREFOREi THE CONDITION OF THI$ OBLIGATION is such that if
Principal shall pay ail monies owing to arfy {and atl} payment bond bene�ciary (as de�ned in
Chapter 2253 r�f the Texas Government Code, as amendsd) in the prnsecution of the Work under
the Contr�ct, then this obligation shall be and become nuIl artd vaid; othen�vise to remain in full
force and ef�ect.
This bond is rnade and �ecuted in complianee with the provisit�ns of Chapt�r 2253 of the
Te�s Go�ernment Code, as atnended, and ali Iiabilities on this bond shalt he determined in
accordance with the provisions af said statute.
C1TY OF FORT WOR'1'�-I TTQRTHPOINTE 2A-IIVCH �VATE& TRANSMI5SION MAfN (iV4-1 R)
STANAARD CONSTRUCTION SPEC�FICATTON DOCUMENTS City Prajectl�o. ]03505
Revised ]uly 1, 2Q1 I
aa6� ia-2
PA'Y''MEiVT HOND
Page 2 of 2
2
3
4
5
6
7
8
9
ifl
11
12
IN WITI+TESS WHEREOF, the Principal and Surety harre each SIGNED and SEALED
this instru�ent by duly authorized agents and officers on ihis the day of
, 24
ATT�ST: '
�,_
1 �
(Principai retary
Ws ess a Principal -
ATTEST:
� — . .
(Surety} �� Wiine
Witne,s5 ajs ty
�RINGIPAL:
S.J. Lauis Constructian of Texas Ltd.
BY: -
Signaiure
l�,e� L-i���ai=1l:�.E �G1�—�'
Na�r►e and Title
Address: S�n Sou h 6th A�enue _
MancfPlci. TX 76063 - -
SURE'I`Y:
l.9bertv Mutual lnsurance ComRan� _
�lY: _ ' -�-� =�r ..�.
�5ignatu�
Nea#her R. Goedtel Attarne -in-Fact
Name and Title
Address: 8400 Normandale Lake Blvd #1700
Bloo in on MN 55A�37
Telephone Number: 763-302-7459
Note: [f signed by an of�icer af the 5urety, there must be an fi1e a certified e�cact from the
bylaws showing that this person has authority to sign such obliga�ion. If Surety's physical
address is different frorn its mailing address, both must be provided.
The date of the bond s�a�i not be priar to the date the Contract is awarded.
END OF SECTION
CITY OP FORT WOATH NORTHPQIi�TE �-INCH WA'CER TRANSNIISSIOTf MAIIY (iVR-lA)
5TAI�EDARD COA'STRUCT[0�T SPECIFICAT�ON DOCCJ[VlENTS Ciry Projeet P!o_ 103505
Revised Juiy 1, 20l I
Band No. 49D0�48249
D061 i9-1
MAIlVTENAMCE BOND
Page 1 af3
r
2
3
4
5
6
7
8
9
10
11
12
l3
14
IS
16
1�
l8
19
20
21
22
23
24
25
26
27
2$
29
34
3I
32
33
34
sECT�orr oo �i �.9
MAII�iTENANCE B�ND
THE STATE OF TEXA5 §
§ KNOW .ALL BY THEBE PRESENTS:
COUNTY OF TAARANT §
That we S.J. Louis Construction ofi Texas Ltd. lcnown as
"principal" herein and Libert Mutual lnsurance Com an a corporate surety
(sureties, if more than one) duly autharized to do business in the State of Te�cas, known as
"Sure1�" herein (whether one or more), are held and �rmly bound unto the City of Fort Worth, a.
mu�iaipal corparation ct�ated pursuant ta the laws of the State of Texas, l�nown as "City" herein,
in the sum af Thrse Million Nine Hundred Fo Thousand & 4311 Qq Dollars
($3,940,000.43 , lavrful maney ofth:e United States, to be paic3 in Fort Worth,.
Tarrant County, Texas, for payrrisnt of whieh sum well and tr�tly be made unto the City and its
successors, we bind ourseives, aur heirs, executars, admin�strators, successors and assigns, jointly
and se�+eraily, frm�y by these prresents.
WHEREAS, th� Principai i�as entered into a certain written contract with the City �awarded
the � day of � - , 20 ', which Cqrrtract is hereby
referred to and a xnade gart hereo.f for all purposes as if fuIly set farth herein, to furnish all
materials, equipment labor and other accessories as defined by 1aw, in the prosecution of the
Work, including any Work resulting from a duly author�zed Change Qrder {collectively herein,
the "Wa��k") as provided for in said eontract and desig�ated as Northpain#e 24-Inch Water
Transmission Main (N4-1A), City Project No.1.0350�; and
WHEREAS, Principal bi.�ds iiself to use such materiats and to so canstruct the Woric in
accordance with t�ae plans, speci�scations and Contraet Dacuments that the Work is and will
re�nain free fro�n defects in materials or workmanship for and during the period of two (2) years
after the date of Final.Acceptance of the Wark by the City {"Maintenance Period"); and
WHEREAS, Principal binds itself ta repair or recanstruct the Work ir� whole or in part
upfln receiving notice fratr� the City of the need th,erefor at any tiine wiihin the Maintenance
Period.
CITY pF FORT WORTH NORTHPOSNT6?A-13YCH WATEA TRAN5Ev1ISSlON MACN (N4-I A)
3'fANDARD CONSTRIiCTiQN SP�CIFICAT143�i DOCUMENTS City Ptajeet hTo. 103505
[ievised .iuly l, 2d1 f
40fi1 19-2
NfAINT�NAAfCE B4ND
Page 2 oi3
1 NOW THEREFORE, the condi�ion of this obligation is such that if Principal shall
2 rernedy any defective Work, for which tzmely noiice was provided by City, tn a compleiion
3 satisfactory ta the City, then this abligation shail beconne null and void; otherwise to resnain in
4 fulI force and effect.
5
6 PROVIDED, H(3WEVER, if Principal shall fai( so to repair or reconstnict any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defacti�e Work to
S be repaired and/or reconstructed with all associated costs therenf being barne by the Principal and
9 the Surety under this Maiz�tenance bond; and
io
1 L PROVIDED FURTHER, that if any Iegal action be f"sled on this Bond, venue shall iie in
12 Tarrant Couniy, Texas or the United States Disirict Court for fhe Northertt District of Texas, Fort
13 Wort� Division; and
14
15 PR4VIDED P'iIRTHER, that this obligation shal.i be continuous in nature a�ad
16 successive recoveries may be had hereon far successive breaches.
t7
18
l9
CITX QF FORT WORTH NORTHPOIIVTE 24-ZNCH WATER Ti2AtdSMISSION Iv1AiN (N4-3 A)
5TANpAR� CONSTL�UCT[ON SP�CIF1CATiON DOCUMENTS Ciry Project iVo. IQ3505
Revised 7uly l, 2011
aasi is-3
MAMT6NANCE HOND
Page 3 af 3
1 IN VV�TNESS WHEREOF, the Principal and the Surety ha�e each SIGNED and SEALED this
2 instr�sment by tiuly authorized agents and off"tc�rs ota this the day of - �" �
3 , 20
4
5
b
7
S
9
10
ll
12
13
14
15
16
17
18
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
3S
39
4U
�4l
AT'I`E� �,t'
��
(Principal retary
r
/ � �
� —_
Wi ess as to Principa�
ATTEST:
(s�ure�ty) � yAF�#n s �� - n
Witne o S '
PRINCIl'AL:
S.J. Louis Construction of Texas, Ltd.
BY• : �`� y -
T Signature
�a . - � � f� �s��,�a.i'�
Name and Title
Address: 520 5pufh 6th A�enue
Mansfield TX 76063
SURETY:
Libertv II�'lutual Insurance Campany
B�: ' ' �� _ e
' i ature
Heather R. Goedtel Af�ome an-�act
Name and'�'itle
Addxess: 8400 Norrrtandale Lake Blvd #1700
6ioomin4ton, MN �5437
Tetephpne Number: 763-302-7' 159
�`Note: Cf si�ned by an officer af the Surety Company, ti�ere must be an file a certified extract
from the by-laws shawing that this pecson has autharity to sign such obligatian. If
Surety's physica� address is di£�'e�nt from its mailing address, both must be provided.
The date of the hond shall no� be prior to the date the Contract is awarded.
C1TY OF FORT WORTH NORTkIPpII�TE 24-II1CH WATER T1tANSM15510N MAIN (N4-I A)
STANDARD CO3dS1'RUCTlON SPECITICATI03V DOCi1MEiVTS Cit}+ Project No. 103505
Revised.iuly i, 2011
S��°et �.ck�����d �e��
State of Minnesota
� 55.
County of Henne in
On ihis day of 20�„ , before me personally came Heather R. Goedtel,
to rne lrnawn, who being by me duly sworn, did depose and say thai she is the Attorn�y-in-Faci oi
Libertv Mutual Insuranee Company_ described in and vvhich executed the abave instrurnent; thaf she/he
lcnows the seal of said eorporatiion; that the sea] aff'�ed to said instruments is such eorporate seai, that it
was sa af6xed by order af the Bc�ard of Directors �i said corparation, and that shelhe signed herlshefhis
name to it by like order. .� � ��
r
1 l , �
C, � � 1%�-
Not Public r
;��°T'�`s � � rurco
�l,,.w ;?,i CATHERINELANGEFi
1.,, :; Notary Publir
„� 1 ��;= Mian-�
r_4.a
���_ �;�``,,� �Y�ommissionEx�ires
�'•"�••-'"� Jan 31. 2oZ3
� �d�4i�r
�U�� L
SUR�TY
This Pawer of Attorney limits the acts ntfhose named hereEn, and they have na aulhority to
hind the Campany except In the manner and to the extent herein stated.
Liberly Muival Insuranr.� Company
The Ohia Casualty Insurance Company
West American Insurance Company
����� �� ��������
Certificate Na: 82069fi2-190003
KNQWN ALL PERSONS BY THESE PRE5ENT5: ihat The Ohio Casuaity Insurance Company is a carparatlan duly organ¢ed under the laws of the 5tate o( New Hampshire, thak
labedy Mutuaf lnsurance Company is a corporation duly organized under the laws of t�e State of Massachuse�s, and West American Insurance Company is a eor�oratlan duiy organized
under the lauus of the State af fndiana (herein callechively called Ihe "Companias'), pursuant to and by autharity herein set iorth, does herehy name, oonstliute and appaint, Hlake S.
Bohlig; Briau D. Carpenter; Crai Olmstead; Heather R. Goedtel; 7essica HoiF, Kelly Nicale En auser, Michelle Haltcr; Nicale Langer; Laurie Ptlug
all of 1he aty oi BlaominQton state of MN each individually if tMere be more than one named, lts true and lawfui atlomey-in-fact to make,
execute, seal, adcnowiedge and deliver, for and an its behalf as surely and as its acE and deed, any and a11 undertakings, bands, recognizances and oiher surety oblEgations, in pursuance
of these pmsents and shall he as binding upon the Cvmpanies as if Ihey have been duly s9gned 6y ihs president and attested by the secretary af ihe Companies in their own proper
persons.
IiV WfTNES5 WHEREOF, this Power of Aftomey has been su6scxibed by an aud�orized offioer or afficisl of the Campanies and the corporate seals of the Gompanies have been affixed
therefothis LSth dayof July , 2021 .
��
o�
��
��
�
_-�
� �N
O �
L
� Q
C �
m
� N
��
��
� •—
iiberry INut�a{ Insurance Com�any
Py tusu,p �,tY iNs� � tiNs�r,p The dhio Casualty lnsurance Campany
�,� �°c�o�,,� �fi � �paPar�r�'�y� � �o�O"�v,.��,� WestAm�ican InsuranceCompany
'�912 0 0 7919 n � 1991 0
� ���9C1i08�.aa y�2�hAatvs'i���,aDo �l� �NPIANP L ��.
a,, * ,,a �til * �,� ��, * �,�° Br �-
�avid M. Carey, Assistant Secretary
5tate of FENNSYL�'ANIA
Caunty o-( MONTGOM�RY ss
On this 15t� day of July , 2021 he(are me persanaliy appeared �avid M. Carey, wha adsnowledged himself ro be tt�e Assistant Secrefary of Liberty Mutual Insurance
Campany, The Ohio Casualty Campany, and WasE American Insurence Company, and that he, as such, 6eing authar�zed so to do, execu[e the foregaing instrument fior tha purposes
Iherein contained 6y signing on hehalf of Ihe carporations by himseEf as a duly aufhorized aflicer.
1N WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pannsyivania, on the day and year first above writlen,
�� PASr '
q,.w oNwF F� CammanwealthofPennBylvanla-NoSarySeal
� Up'� 4f S� Taresa Pastella, Notary Pu61ic � ��
p� Mon�qnmery County
l�iycommiasion e�plr¢s Mlarch 28, 2p25 �y
�A�,�v c«nmi�sson ��+neer � �zeaa eresa Pastella, NaEary Public
�YL4 �G Memher, Penns�ivanfeAssociaGon af Nola�ea
QAV P�
This Pawer of Attomey is made and executed pursuani io and hy aulhvrity of the fokfowi�g Sy-laws and Autl�orizations of The Ohio Casua{ly Insurance CompaAy, Liberty Mutual
Insuranee Campany, and West American Insurance Campany which resofutions are naw in fulf force and effect reading as Eollaws:
ARTICLE IU—OFFICER$: Section 12. PowerafA�amey.
Any ofi�cer or other of�cial of the Corporation authorized for thak purpase in wriGng by t�e Cfiairman ar the President, and subject to such limitaban as the Ghairman or the
Presidant may prescribe, shafl appoint such attameys-In-(act, as may be necessary ta act fn behali of the Corparation to make, sxecute, seal, adcnawledge and deliver as surety
any and a11 underlakings, bonds, recognizances and aiher surety obligaBons. 5uch attomeys-in-facl, subject to the IlmiEatlons set forth in t�eir �espective powers of attvmey, shall
have full pawer to bind the Corporation hy thelr signature and exacutlon of any such insiruments and to a�ach thereta the seal af the Corporation. When so exscut�, such
inshuments shall he as binding as ff signed hy the Presidant and attested tv by t�e Secretary. Rny power or author�iy granted ta any representa6ue or attamey-In-fact under the
pravisions nf this arHde may be revoked at any time by the Saard, Ihe Chairman, the President ar py ihe officer or offiners grantlng such pawer or authority.
AItTICI.� XIII — F�cecution ot CoMracfs; 5ection 5. Surery Bonds and Undertakings,
Rny o�ioer of ihe Company autharized for that purpase in writing hy the chairman or tl�e president, and subject to sach IimitaGvns as the chairman or the prestdent may prascribe,
shall appaink such aftameys-in-fact as may be necessary to act in behaff ot the Campany ta malce, exeeute, seal, acknowledge and deliver as surety any and all undeRakings,
bonds, recog�izances and ather surety abliga6ons. 5uch attamays-in-fact suhject to ihe timita�ons set fiArth in their respec6ve paaiers of attamey, shall have full power to hind the
Company by their signature and execution of any s�ch instrumen� and to attach thereto the seal af �e Company. When so executed such instrumen� shall ha as binding as if
signed by the prasident and altested by the secretary,
Cerllflcate of Qesignatian —The President af tfie Campany, aciinng pursu�nt to ihe Bylaws of the Campany, aulhorizes aavid M. Carey, Assisfant Secretary to appoint such ailorneys-fn-
fact as may be necessary ta act on behaE3 of the Company to make, execute, seal, acknawledge and deliv�r as surety any and all undertakings, bonds, recognizances antl other sure[y
obligatlons.
Autharizatian — By unanimous consenk o( the Company's Board of pirectors, the Company cnnsen�s thatfacsimile or mechanically reproduced signaiure af any assistant secreiary af fhe
Company, wherever appearing upnn a cer6fied c�py o( any pawer of a�omey issued 6y tha Company in conneclion with surety bonds, shall 6e valid and binding upon the Company wlih
the same force and elfe� as ihough manually aH'�xed.
I, Renee C. Llewellyn, the undersigned, Assistant Secrelary, The Ohio Casualty [nsurance Company, Liherty Mut�a! Insurance Company, and West American lnsurance Campany do
hereby certify that the arlginal power of attomey of which the foregoing is a full, true and oorrect copy of ihe Power of Attamey axecuted by sa9d Companies, Is in iull force and ei(ect and
has no[been revoked,
lN TESTIM0IVY 4lfNER�OF, I haue hereunta set my hand and affixed the seals of said Campanles tl�is day of
iNSU tY INS tiKsblpq
�~ �� ����y°m � ��pay��'Ayyn ��os�vaaqr�o rfi
1972 ry Q 1979 � � 7991 � -@�
O 4 B .
d�,�'``�a�„vg�aa y� y�xAwes"��� � �a '��nwP a y Renee C, Llewellyn, Assistant 5ecretary - -
e�) ,t h� �'yd * �.� 3Rf * i��
`o
�
N
ao
M
�
0
�
m
U
LMS-12873 lMIC OCIC WAIC MuIU Co 02J21
STAll�D�.R� GEI�ERAL COI�ITIOl�T�
�F THE �OI�STRUCTI�I�T COI�ITRACT
CITYOP FORT WORTH
STANDAItT1C01VSTR�fCTION SPECIFICATION DOCIJMENTS
Revision: 8JZ3lXnl
STANDARD GENER�AL CONDIT�ONS OF THE
CONSTRUCTION CONTRACT
TABLE OF C�Ii�TENTS
Page
Article i— Defi�itions and Terminology .......................................................................................................... I
1.01 Defined Terms ............................................................................................................................... l
1.02 Ternvnology ..................................................................................................................................6
Article2—Prelirninary Matters .........................................................................................................................7
2.01 Copies af Documents ....................................................................................................................7
2.D2 Comrnencement of Contraci Time; Notice to Proceed ................................................................7
2.03 Starting the Work .......................................................................................................................... $
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Caniference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................8
2.07 Initi�l Acceptance of Schedules .................................................................................................... 8
A�ticle 3-- Contract Documents: Intent, Ann.end'mg, R�use ............................................................................ 8
3. 0 J. Intent ....... ......... ............. .............. ........ ........ ........ ..................... ........ ........ ... ................ ........ .... ....... 8
3.02 Reference Standards ......................................................................... ......................................... 9
3.03 Repartin� and Resnlving Discrepancies .......................................................................................9
3.04 Amending and Supplementing Contract Documents .................................................................10
3.05 Reuse af Documents ...................................................................................................................1 Q
3.06 Electronie Data ............................................................................................................................11
Article 4— Availab�lity of Lands; Subsurface and Physical Conditions; Hazardous Envi�onmental
Conditions; Reference Poir►ts ...........................................................................................................11
4.01 AvaiIabi[ity af I.ands ..................................................................................................................11
4.02 Subsurface and �'hysical Condi�ions ..........................................................................................12
4.03 Differing �ubsurface or Physical Conditions .............................................................................12
4.(� Underground Facilities ............................................................................................................... I3
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site ..............................................................................14
Article S— Bonds and Ir�surance .....................................................................................................................16
5.01 Licensed Su�reties and Irysurers ...................................................................................................16
5.02 Pez-£ormance, Payment, and Mamtenance Bonds .......................................................................16
5.Q3 Certifcates o� Insurance .............................................................................................................16
5.OA� Coniraetor's Insurance ................................................................................................................18
5.05 Accepta.nce of Bonds and Insurance; Option to Replace ...........................................................19
Article 6 — Contractor's Respoz�sbil�ties ........................................................................................................19
6.01 Supervision and Superintendence ...............................................................................................19
CITY OF FORT WORTH
ST'AIdDARDCONSTRUCTION SPECIF]CATION DOCiTMENTS
T{evision: 8�1�/1021
6.02
6.03
&.04
6.05
6.06
6.07
6, 08
�.09
b.IO
6.11
6.12
6,13
6.14
6.15
6.1b
6.17
6.18
6.19
6.20
6.21
b.22
6.23
6.2q�
Labar; Working Hours ............................�............,.........................,.......,..................................,.20
Servic��, Materials, and Eq�ipme�t ...........................................................................................20
ProjectSchedu�e ..........................................................................................................................21
Substit�tes and "Or-Equals" .......................................................................................................21
Concerning Subcontractors, Suppliers, and Others .................................................................... 24
WageRates .................................................................................................................................. 25
�atent Fees and Royal�ies .............................................,..........,..................,...,,..........................26
Pernvtsana Utilities ....................................................................................................................2'1
Lawsand ReguIations .................................................... ............... . ....................... . ..................... 27
Taxes....................................................................................... �..........................................,........28
Useof Site and OtherAreas .......................................................................................................28
RecordDocurxients ...................................................................................... . .... .................... ....... 29
Safetyand Protection ..................................................................................................................29
SafetyRepresentative ........................................................................................ �.........................30
Hazard Communication PrograrnEs .............................................................................................30
Emergencies and/or Reetification ...............................................................................................30
Subrnittals.................................................................................................................................... 31
Continuingthe Wark ...................................................................................................................32
Contractor's G�neral Warranty and Guarantee ..........................................................................32
Inde�nzxification .........................................................................................................................33
Delegation df Prof�ssional Design ,5errrices ..............................................................................34
Rightto Audit ..............................................................................................................................34
Nondiscrunit�ation.......... � ........................�...,...,..................................,...........,...........,.........,......35
Article7- Other Wark at th� Site ...................................................................................................................35
7,01 Related Work at Site ...................................................................................................................35
7.02 Coordination ................................................................................................................................36
Article 8 - Ciiy's Respansbilities ...................................................................................................................36
8.41 Cornmunications to Contractor ...................................................................................................36
8.02 Purrush Data ................................................................................................................................36
8.03 Pay When Due ...........................................................................................................................� 36
8.04 Lands and Easements; Reports and Tests ...................................................................................36
8.05 Change Orders ..................................................................................................................�..........36
8.06 Inspectians, Tests, and Approvals ..............................................................................................36
8.07 Limitations on City's Responsibilities ............................................�...�................................,.....37
$.08 Undisc�osed Hazardous Environmental Condi�ion . ..............................,....................,................ 37
8,09 Cornpliance with Safety Program ...............................................................................................37
Article 9- Czty's Observation �tatus During Construction ........................................................................... 37
9.01 City's Praject Manager , .............. .............................................................,...,....................,......37
9.0� Visits to Site ................................................................................................................................ 37
9.03 Autharized Variatians in Work ..................................................................................................38
9.04 Rejecting D��ective �Vark ..........................................................................................................35
9.05 Determinaiions for WorkPer�ormed ..........................................................................................38
9.06 Decisions on Requirements oi Contract Dacurnents and Aeceptability of Work .....................38
CITYOF FORT WORTH
STANDARDC01�5TR.UCTION SPECIPICATION DpC11MENTS
Revisian: 823/1p21
Article 10 - Changes in tha Work; Claitns; E�ra Work ................................................................................38
10.01 Autharized Changes in the Work ...............................................................................................39
10.Q2 Unauthorized Chan.ges in �he Work .......................................................................................... 39
10.03 Executio� oi Change Orders ......................................................................................................
10.04 Extra Worl� ..................................................................................................................................39
10.05 Natiitcatian to Surety ....................................................................................................... .40
10.06 Conixact Claims Process ............................................................................................................
Article ll - Cost of tk�e Work; Allowances; Unit Price Worl�, Plans Quantity Measurernent ......................41
1 LDl Cost of the Work ......................................................................................................................... 4I
11.02 Allowances .................................................................................................................................: �4
11.03 Un�t Price Work .........................................................................................................................
11.04 Plans Quantity Measureznent ......................................................................................................45
Article I2 - Change of Contract Price; Ck�ange of Contract Time ................................................................. 45
12.01 Ghange of ContractPrice ............................................................................................................46
12.D2 C�iange of Contract Tinae ............................................................................................................47
12.03 Delays ..........................................................................................................................................47
Artiole 13 - T�sts and Inspections; Carrection, Reznova� or Acceptance of Defect�ve Work ...................... 48
13.01 Notice af Defects ........................................................................................................................�8
13.02 Access to Work ................................................................... ......................................................48
13.03 Tests and Tnspections .................................................................................................................
13.Q4 Uncovexing Work ..................................................................... ..................................................�49
13.05 City May Stop the Wark .............................................................................................................49
13.06 Correction or Rennoval of Defective Work ................................................................................50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance oiDefective Work ...................................................................................................5
13.09 City May CorrectDefective Work .............................................................................................51
Article 14 - P ayrnents to Contractor an�d Corripletion .................................................................................... 52
14.01 Schedule of Values ............................................................................................................. ..... 52
14.02 �'ro�r'ess Paytnents .............................................................................................................. . ...52
I4.03 Contractor's Waxranty of Title ................................................................................................... 54
14.0� PartialUt�lization ........................................................................................................................55
14.05 Final Inspection ..........................................................................................................................55
14.06 Final Acce�atance ..........................�........................ ........................................... ........ ........ .........56
14.07 Final Payrn�ent... ................................................... .................. . ,56
14.U8 Final Cornpletian. Delayed andPartialRetainage Release .......................................................
14.09 Waiver of Claims ........................................................................................................................ S7
Article 1 S- SuSpension of Work and Terminatzon ........................................................................................ 57
15.d1 City May Suspend Work .............................................................................................................57
15.02 City May Te�nninaie for Cause ...................................................................................................58
15.03 City May T�rminate For Cnn�eziience .......................................................................................6D
Article 16 - Dispute Resolution ......................................................................................................................61
16.01 Methods and Procedures .............................................................................................................61
CITY OF FOR1" VVORTEI
STANDf1.RDCONSTRIICTIDN SPECIFICATIfl?J DOGilME1�4TS
Reuision: $�13f7�0�1
Article 17 -- Miscellaneous ..............,......,.
Z7.OI Giving Notice ..................................�.............,..............,......,......................,................................62
17,02 Computation oiTitt�es ................................................................................................................ 62
i7.03 CumulatiNe Remedies ................. ......,..............,..........,.................................62
T7.�4 Survrval af Obligations ...............................................................................................................62
17,05 Headings ................................�............,............,. .............................................................63
.............................. ... ......................................... 63
CITYpF FORT WQRTH
5TAIVDARDCON5TRi1CTIQN SPECIFICATI01� DOCIJMBIV'I'S
Revision: $IJ317.02I
407200-1
GENERALfiAN�fTION �
Page 1 of 63
ARTICLE ]. - DEFINZTIONS AND TERNIINOLOGY
I.OI Defaned Terins
A. Wherever used in these General Canditians or in other Cantract Doeuments, the terms listed beIow
have the meanings indicated which are applicable to botl► the singul�r and plural thereof, and
words denating gender shall include the inasculuie, Femix�ine and neuter. Said te�rns ar� generally
capitalized or writ�en in italics, but not ahvays. When used in a conte� consistent with the
defmit.�on of a Iisted-defined term, the term shall have a meanmg as defined belovr whet�er
capitalized or i�alicized or otherwise. In additian to terms spec�'ically defined, te�ms with initial
capital letters in the Contract Docum�nts include references ta identified articles and paragraphs,
and the titles nf other documents or forms.
1. Addenda—Wri�enar graphic instrumen�s issued prior to the openu�g of �ids which ciarify,
correct, or change t�e Bidclin:g Requirements ar• the proposed Cantract Documents. �
2. Agreement The written instrument which is evidence of the agreem.ent between City and
Contractor covering the Work.
Applicai�on for Payment The %rm acceptable to City vvhich is to be used by Contractor
during the course af the Work in r�questiz�g progress or final payn:�ents and whzch is to be
accompanied by suckz supporting dacumentation as is required by the Contract Documenfis.
4. Asbestos Any rriaterial that contains rnore than one pereent asbastos and is fcriable or is
rexeasir�g asbestos fbers into the air above current action levels established �y the Un�ed States
Occupational Safaty and Health Aclminist�ation.
5. Award �- Authorization by the City Council for the City to enter into an Agreeznent.
6. Bid—The offer or proposal of a Bidder submitted on the prescnbed form setting forth the
prices for the Work ta be perforrz�ed.
7. Bidder The individual or entity who submits a Bid directly to Ci�y.
8. Bidding Docume�ats ; The Bzddmg Requi�ements and the propased Contract.Documents
(including aIl Addenda).
9. Biddang IZequarements—The acivertise�ent or Invitation to Bid, Instructions to Bidd�rs, Sid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Busin�ssDay- A business day is defined as a day th�t the City conducts normal business,
generaIly Monday tI�rough Friday, except for federa� or sta.te holidays nbserved by the Czty.
I 1. Calenr�aY Day -A day consisting of 24 hours measured from midnight to the next midnight.
CTTY OF FORT WORTE�
STAPIDARbCONSTRUCTIdN SPBCIFICATION DOCUMEI�TS
ltewision: 82'#�2Q21
oa�rzoo-�
GENERAL CONbITIQN S
Page 2 of 63
12. Change Qr�dea^--A docutt�ent, vvhich is prepared and approved by t�.e City, which is signeci
by Con�ractor and City and auth�rizes an addition, deletion, or revision in the Wark or an
adjustmeni it� �he Contract Price ox the Coniract Time, issued on or after the Effectiv� Datie
of the Agreement.
13. City— The Czty of Fort Worth, Texas, a home-rule rnuz�icipal corporation, authorized and
chartered under the Texas Stata Statutes, acting by its �overning body thtough its Ciry
Manager, his d�signee, ar agents authorized under his beha�% each of vvhich is required by
Charter to perform specific duties with rasponsibility for �inal enforcament of the contract�
involving the City of Fort Worth is b� Charter vest�d in the City Manager and �s the entiry
with whom Contractor has entered into the Agreement and for whon�x the Work is ta 6e
performed.
14. City Attorney -- The officially appoit�ted City Attorney af the City of Fort Woz-th, Texas, or
his duly authorized represenfiative.
15. Gity Council - The duIy elected and quali£ied .governing� 6ody of the City of Fart Wortk�,
Texas.
I6. City Mcrnager -- The of�cially appointed and authorized City Manager of the City of Fort
Worth, Texas, or 1vs duly authorized representat�ve.
17. Contr�act Claim—A demand or assertion by Ci�ty or Coniractor seeking att adjustmeni of
Con.tract Priee or Contract Time, ar bath, or other relief wzth respect to tI�e terms of the
Contract. A detxiand for money or services by a third party is not a Contract Claim.
18, Cont�act—The entire and integrated wrztten doctunent betvveen the City and Contz�actor
concerning the Work. Tk�e Contxact contains the Agreemeni and a1� Contract Documents and
supez�sedes priar negotiations, representations, or agreemants, whether written or oral.
19. Cont�act �ocuments—Those i�ems so designated. in �he Agireernenf. A� items listed in the
Agreement are Contract Docunaents. Approved Subxnittals, other Con#racior subrnittals, and
the reports and drawings of subs�arface and physical conditions are nat Cont�act Docunnen�s.
2Q. Contr-act Price—The rz�oneys payable by City to Contractar for coznpletion of the Work in
� accordance vvith the ContractDoctunents as stated in the'Agreement (subject to tne provisions
of Paragraph 1�.03 in the ease of Unit Price Work).
21. Cant�act Time—The number af days or the dates stated in the Agreement to: (i) achzeve
Miles#ones, i£ any and {u) complet� the Work so that it is ready iar Final Acceptance,
22. Coratractor The individ�al or en�ity with whom City has entered irzto th� �lgreemeni.
23. Costof the Work—SeeParagraph l 1.OZ ofthese General Conditions for de�'mrtxon.
GITY OF FOTtT WOR'�'H
Si'ANI3ARDCONSTRUCTION SPECiF]CATION DOCUIVIENTS
Revisian: R23/2021
oa�aoo-�
��NEwa�ca�pirior�s
Page 3 of 63
2�. Damage Claims — A demand for znon�y or services ar�ing from the Project or �ite �rom a
third party, C�,y or Contractor exciusive of a Contract Clairr�..
25. Day or day— A day, unless other�vise defined, shall rnean a Calendar Day.
26. Director of Aviation — The afficiaIly appoirated Director af the Aviation Department of the
City of Fort Worth, Texa.s, or his duly appoin#ed representat�ve, assistant, ar agents.
27. 17irector of Parks and Comrnuniiy Services -- The officially appoint�d Direetor af the �arlc�
and Comrnunity �ervices Department of the City of Fart Worth, Te�s, or his duly appointed
representative, assistarat, or agents.
28. DiYector of Plannangand .Developrt�ent— The officia.11y appointed Director of ihe Planning
and Dev�Iopment Department of the Czty of Fort Worth, Texas, or his duly appoinfed
repressrrtativa, assistant, or agenis.
29. Directo� of Transportatian Public . Warks — The afficial�y appointed Director of the
Transporta.tion Public Works Department of the City of Fort Wor�, Texas, or his duly
appointed representat�ve, assistant, or agents.
30. Director of �Yater Depa�tment —`I'�e ofiicially appointed Director of the Wat�r Department
of the City of Fort Worth, Texas, or his duly appointed represantative, assistant, or agents.
31. Drawings—That part af the Contract Docu�ments prepared or approved by Engineer which
graphically shows the scope, extent, and character ofthe Workto be perfarmedby Contractar.
Submittals are not Drawin.gs as so defi�ned.
32. Effective Date of the Ag�eement—The date indicatad in the Agreement on which it becames
effective, but � no suck� da.te is indicated, it means the date on which the Agreement �s sigried
and delivereci by the last of tha iwo parties tn sign and deliver.
33. Engineer The licensed professional engineer or engineeririg f"irm registered in the State of
Texa.s perrfarming professiona.l servi�es for the City.
34. Extf-a Work — Additional work made necessary by changes or alteratians oi the Contrac�
DQcun:�ents ar of quantities ar far other reasons for which no prices are provided i� th� Contract
Documents. Extra wark sha]I he part of th� Wark.
35. Field O�der—A written order %sued hy City which requires ckiang�s in the Work but whi�h
doas nat irivolve a change in the Contract Price, Contract Titne, or the intent of the Engineer.
Field Orders are paid frarn Field Ordar Allowances incozporated into �lie Contract by funded
work type at the time of awazd.
36. h'inad Acceptance — The written notice given by tkze City to tk�e Contractor that the Work
spec�'ied � the Cc�ntract Documents has been complated to the sat�sfaction of the City.
CITY Ok' FORT WORTH
STANUARDCONSTRUCTION SPECIFiCATION DUC:III�+IENTS
Aevision; 8232D21
oo�zoo-i
GENERAL COND ITION 5
Page 4 of 63
37. Fineal rnspection —�nspeetion carried out by the Czty to verify that the Con.tractor has
compieted the Vijork, and each and every part or appurtenance thereof, fully, entirely, and in
confoz7mance with the Contract Dacuments.
3$. Ge�teretlRequaretnents Sections ofDivision 1 of the ContractDocurnents.
39. Haza�dous Enva�onmental Condition—TIae pr�sence at the Site af Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or otl�er materials in such quantities ar
circumstarzce� that may present a substantial danger to persons or property exposed thereto.
40. Hazardous Wcrste Hazardous wa�te is defined as any solid v,�asta listed as hazardous or
possesses one or more hazardous characteristies as defined in the federal waste regu�ations,
as amended from time to time,
41. Lav�� and Regulations—Any and al1 appficable ]aws, 'rules, regw�atians, ordinaz�ces, codes,
and orders af any and a11 governmental bodies, agencies, authari�i�s, and courts havir�g
jur�sdiction.
42. Lzens—Charges, security interests, or enc�annbrances upon Projent funas, real property, or
personal property.
43. Mcrjor Item— An Item af worl� included in the ContractDocuments that has a tatal cost �qua!
to or greater than 5°/a af the original Contract Price or $25,000 whichever is less.
44. Milestone A principal e�ent specified in the Con�ract Documents relating to an i�t�rmediate
Contract Time priar to Final Acceptance of the �ork.
45. Notice of Award The written notice by City to the 5uccessful Bidder stat�g t�at upon
time�y compliance by the Successful Bidder �wi�h the conditions precedent listed therem, Ci�y
vvill sigi and deliver th.e Agreament.
46. Notice to Pr�aceed—A vvriitan notice given by Ci�fy ta Contractor f�ing the date on which the
Contxact Time will camrnence to run and on wlaich Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs Polych�orinated biphenyls.
48. Petroleum—PetroIeum, includir►g crude oi! or any firaction thereof which is liquid at standard
eonditions o� terriperature and pressura (60 degrees Fahrenhe�t and 14.7 pounds per square
irzch absolu�ej, such as oil, petroIeum, iuel oil, oil sludge, oil refuse, gasoline, kerosene, and
ai� m�ed with ather non�Hazardous Waste and crude oils.
49. Plans — See cEefmition of Dra�vings.
C1TY QF FOIZT WOR'I'H
STANDARDCONST�tUCT[ON SA6CTFICATIO�' DOCUMEI+ITS
Revision; 82.�J�321
D0 72 00 - l
GEI��RAL CONQITION S
Page 5 of G3
S�. Praject.Schedule A schedule, prepared and mai.r�tau��d by Cantractor, z� accordance with
the General Requirements, descrbing the seq��nce and duratian o� the acti�ities comprising
the Contractor's plan to acc�omplish the Work within the Contract Tinr►e.
51. Project The Work to be per%rmed under the Co�tract Documents.
52. Project Manager—The aut�orized representative of the City who will be assigned to the
Srte.
53. Publie Meeting — An announced meeting conduct�d by the City ta facilitate public
participatian and to assist the public in gaining an ua£ormed �iery of the Pro�ect.
5�. Radiocactive Mater�ial—Source, special nucl�ar, or byproduct materia.l as defi�ed by the
Atp�nic Energy Act of 1954 (42 USC Section 20l 1�t seq.) as arnendeci from time to time.
S5. Regular Warking HoxEr�s — Hours beginning at 7:Ofl a.m. and end�g at 6:00 �.m., Monday
�u Friday (exc�uding legal holidays).
56. Sa�reples Physical axamples of mat�rials, equipment, or workmansh�p that are
representa.tive of some portion of the Wark and wlaic� establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals—� schedule, prepared and maintairied by Contractor, of required
submittals andthe tune requirements ta support scheduled perr�ormanee of relat�d canstruction
acti�ities.
58. Schedule af Yalues--A schedule, prepared and ma�ntained by Contractor, alloeating portions
of the Cantract Price to various portians of the Work and used as the basis for reviewit�g
Coniractor's Applications for Payment.
59. Siie—Lands or areas indicated in tl�e Contra�t Docutnents as be�ng furnished by City upon
which the Work �s to be per%rtned, ian.cluding rights-of �ay, permits, and easements for access
1 thereto, and such ather lands �urnished by City vvhich '� re designated for the use of Contc�actor.
54. Specif�cation,s That part of the Contract Documents consisting of written reguirements for
, materials, equipinent, systems, standards and worlanansl�ip as applied to the Work, a�d eertaitl
administrative requirements and procedural matters applicable thereto. Spec�ications tnay be
specifzcally made a part of the Contract Dacum�nts by attachment or, if not attaehed, may be
incatparated by reference as ine�icated iti the Table of Contents (Di�isi�n 00 Od 00) af each
�z'oject.
61. Subcantractor An individual ar errtity having a direct conf�ract with Contractor or with any
other Subcaniractor far the performanc� of a part of the Work at the Si�e.
C1TY OT' FOIZT WORTH
STp.Nf]ARDCdt�fSTRUCTION SPECIFICATI01� DOCCIMENTS
Revisi0n: $�7,3/lCC�1
oa �2 ao - i
���v��a,�cor�oiriaN s
Page 6 of 63
62. ,Submittrrls—Al� drawin�gs, diagrams, illustrations, schedules, and aih�r data or information
which are specifically prepar�d or assembled by or for Contractor and subzni�tted by Contxactar
to illusirate some portion of the Wark.
�3. Su�istantial Completfon — The siage it�. the progress of the Project r�vhen the War1� is
suf�ciently complete in accordance witk� the Contract Documents for Fittal Inspection.
�64. Successful Bia'der=I'he Bidder submitting ihe lowest and most responsive Bid to �hom City
makes an Award.
65. Superintendent— The r�presentative of the Contractor wha is available at all tunes and able
to receive �structions from ihe City and to act for the Contractor.
66, Supplementar�y Condations--That part of the Contract Docurnants which amends or
supplements tnese Gez�eral Conciitions.
67. SuppIrer A manufacturer, fabricator, supplier, distributor, materialrnan, or vendar having a
darect contract with Cantr•actar or with any Subcontractor to furnish materials or equiprnent
to be irscorporated in the Work by Con�actor or Subcont�actor.
68. Undergrov�nel Facilities All underground pipelines, conduits, ducts, cablas, wires,
manhales, vaults, tan�s, tunnels, or other such facilities or attachments, and any encasement�
containing such facilities, including hu� not �irnited to, those tf�at convey electricify, gases,
steam, liquid petroleurn products, �elephone ar other communications, cable television,
water, wa�tewaier, storm water, other liquzds or cherraica�s, or traffic or other eantrol systems.
69 UnrtPrice Work See ParagrapH 11.03 of these GeneraZ Conditions for definition.
70. LYeekend' YYaYking Hou�s -- Hours begir�ning at 9:00 a.m. and endir�g at 5:00 p.rn., Saturday,
Sunday or legal holiday, as approved in advance by �he City.
7L YYork=I'he enfire consiruction or the various separate�y identifiable parts thereo�required to
be provided, under the Contraet Documents. Wor� ira�cludes and is the'result of performing or
providing all ]abnr, sezvices, and doc�amentatian necessary to produce such consiruction
includin�g any Change Order or Field Order, and furnishing, installing, and incorpotating all
materials and equipment into such constructian, all as required by the Contract Dacurnents.
7a. Working Day — A working day is defined as a�lay, not uicluding Saturdays, Sundays, or legaI
holida�s autharized by tI�e City for contract purposes, in which weather or other conditions
not under the contral of the Contractor will perxnit tha performance of the principal unrt of
' work underway far a continuous period of not less tl�an 7 hours between 7 a.rn. and 6 p,m.
I.Q2 Terrnanology
A. The worcls and terzx�s d�scussed in Paragraph ].02.8 through E are not deimed but, when us�d in
the B'rdding Requireinents or Contract Documents, have tIae indicated zneaning.
B. Intent of C��trxrn T�rms or Adjectives;
crrY o� Fox-r wo�Tx
STAND.4RDGONSTRUCT]ON SEECIFICATI4N DOCL7MENTS
Revision: 8�3/1f721
007200-1
GENERAI. CONf]ITIO� S
Page 7 of 63
1. 7'�lE Coniract Doeum.ents include �1� t�I'1275 "as allowed," "as approved," "aS OT'�eT�C�," "�S
directed" or term� of ]ike effect or impari to authorize an exerci�e of judgment by City. In
addition, the adjectives "reasona.ble," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of I�e effect or impart are used to describe an aciion or determmatian of Ciry as to
the Work. It is intended that s�ch exercise of professional judgrnent, action, ar determination
will be solely to e�aluate, �n general, the Worl� for campliance with the inf'ormation in the
Cantract Documents and with the design. concept of the Project as a functioning whole as
shown or indicated in the Cor�tractDocuments (untess there is a specif'zc statement indicating
othervvise).
C. Defective:
1, TI�e word "defective," when rnodifyi� the word "Work," refers to Work that is
unsatisfactory, fauhy, or defcient in that ii:
a. does not eonform to the Conixact Documents; or
b. does not meet the requirements of any applicable ins�ection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has heen damaged prior to City's written acceptance.
D. Fu�nish, Install, Perform, Provade:
1. The word `�'urnish" or #he word "Install" or the word `�'erform" or tl�e word "�rovide" or
the word "Supply," or any combmation ar similar directive or usage thereof, shal� mean
furnishing and iricozporating uY the Work including all necessary labor, z-naterials, equipment,
and everything neeessary to perform the Work iundicated, unless specifically lirnited in the
contex.t used.
accarc�ance with such recognized rnean�g.
E. Unless stated otherwise in the Contract Documents, worcis or phrases that have a well known
teckinical or construction ix�dustry a�r trade meaning axe used in the Coniract Dacuments in
ARTICLE 2 — PRELIMINAR.Y MATTERS
2.01
2.42
Copies of Dacurrrents
City shall furnish to Contractor one {1} origivaal executed copy and one (1} electronic copy of the
Cantraet Document�, and four (4} addi�ional copies of the I]rawings. Additiona! copies will be
furnis�.ed upon request at the cost af reproduction.
Commet�cementaf ContYactTime; Nat�ce to Proceed
The Cantract Time wi�l commence to run o� the day �dicated iin the Notice to Proceed. A Notice to
Proceed nnay be given no earlier than 1� days aftar t�e EffectiNe Date of the Agreement, unles� agreed
to by hoth parties iri wri�i�g.
C1TY OF FORT WORTH
STANDARDCONSTRIiCTION SPeCIFICATION �OCiI1VCEN'PS
Etevision: 8f13/rD21
oo-�zoo-i
GEN�RAL CONQ ITf DN S
Page 8 of 63
�.�3 S�LiY�dYtg tj2L' �OYI�
Contractor shall start to pet�orm the Work an the date when the Contract TiEne commences to run.
No Work shall be don� at the Site prior to the date on which the Contxact Time corr�mences to run.
2.Qq Befo�e StartingConstruction
Baseline Schedules: Suhmit in accordanee with the Con�ract Documen�s, �.nd priox to starting the
Work.
2.05 Preconstruetion Corafe�ence
Befare any Wark at the Si�e is started, the Contractior shall atter�d a�reconstruction Con%rence as
specified in the Contract Documents,
2.06 Public Mee.t�'ng
Contractor tx�ay riot m�btliza any equipmez-�t, �aterials or resaurces.to the Sz�e prior to Contractor
attending the Public Meeting as scheduled by the Crty.
2.07 1`nitial �4cceptanee of Schedules
No progress payment shaU, be made ta Coniractor until acceptable �chedules are subm�tted to Giry in
accordance with the Schedule Specificatian as pro�ided it� the Contract Doc�nents.
ARTICLE 3— CONTRACT DOCUlVIENTS: ZNTENT, AMENDING, RLUSE
3.�1 Intent
A. Tha Contract Documents axe cozx�g�ementaty; what is required by ane is as hinding as i� required
by aII.
B. It is the intent af tk�e Contraet Documents to descrbe a functionally complete project {or �art
thereo#� to be constructed in accordance withthe Contract Documents. Any labor, documentation,
services., materials, or �quipment that reasonably may be inferred froan the Contract Documents
or from prevailing custom or trade usage as being requ�red to produc� the iridicated result will be
pro�vided whether or not spec�cally calIed for, at no additional cost tn City.
C. Cla.ri�eations atad interpr�tations af the Contract Documents shall be issued by City.
D. The Specifications rnay vary in %rm, forn�at andstyle. Some SpecificatiQn sections maybe written
in varying degrees of streamlined or daclarative styIe and some sections may be relatively
narrative by comparisan, Oznission af such words and phrases as "the Confractor shall," "in
CDI]fOI7TlIty WItll�" "aS S�i�WIY," Qr "aS spec�ed" c'lr� in.tentional in streamlined sections.
Om�ted wards and phrases shall be supplied by i�nference. �imilar types of provisions may appear
in �aarious parts of a section or artieles within a part depending on tha fozmat af the
CIT Y OF F ORT WOI2TH
STANDARDCONSTRUCTION SP�CIFICATION DOCUMENTS
Kevision $/1.'�1p21
Op72D0-i
GENERAL CANDITI01� 5
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
rmaking Contract Clainns.
E. The cross referencmg of specif'ication sections under the subparagraph heading "R�lated
Sectians include but are not necessarily Iimited to:" and elsewhere within each Specification
section is provided as an aid and con�enienc� to the Contractor. The Contractor shall not rely on
th.e cross referencing provided and sY►al! be responsible to coordinate the ent�re Work under the
Contract Docutx�ents and �rovide a complete PXoject whether or not the cross referencing is
provided i� each section or whethar or not the cross referencing is conr►plete.
3.Q2 Reference Standards
A. Stat�da.rds, Specif�cations, Codes, Laws, and Regulaiions
1. Reference to standards, specifications, rnanuals, or cades of any teclaz�ical society, organization,
or association, or to Laws ar Regulations, whether such reference be spec�ic or by impfication,
shall mean the standard, speeificatian, manual, code, or Laws or Regulations in effect at the
tinne of apening af Bids (or on tbe Effective Date of the Agree�aent if there were no Bids),
except as may be atherwise specif�icalJy stated in the Cont�ract Documents.
2. No provisian of any such standard, specification, manual, or code, or any instxuction of a
Supplier, shaIl be effective to change the duties or responsibilities of Ciry, Cantractor, or any
of their subcontractors, consultants, agents, or employees, from thase set farth in the Contract
Docum.ents. No such provisian or instruction shall b� effective to assign to Ciry, ar any o� its
officers, directors, nnembers, partners, enaployees, agents, cons�Itants, or sUbcontxactors, any
duty or authority to supervise ox d�ect the performance of the 'G7Vork or an:y duty ar autharity
to undertake respansbiliry incon�istez�t w�th the pra�isions of the Conlract Doeuments.
3.Q3 Reporting and ResodvingDisc�epancies
A. Repo�iing Discrepancies:
1. Cont�actor's Revaew ofContractDocrcrnents Befo�e Starting Work: Before ur�dertaking each
part of tI�e Work, Contractar sk�a.11 carefully study and compare the Conteact Documents and
eheck and ver�y pertinent figures therein, agai�t all applicable field �neasurements and
conditions. Contractor shafl prorr�ptly report iu� writing to Cily any conf�ict, errar, arnbiguity,
ar discregancy which Contraetor discovers, or has actual lcnovvledge of, and shall obtai�n a
written interpretation or clarif'�cation from City before proceeding with any Work affec�d
thereby.
2.. Cont�actor's Review af Contj-act Doc��nerats During�'erfor�nance of Work: If, during the
pexformance of the Work, Contractor discovers any conflict, error, ambiguity, ox discrepancy
within the Cantract Docurnents, or between the Contiract Documents and (a) any applica�le
Law or Regulat�on ,{b) any standard, specification, manual, or cod�, or (c) any instructiot� of
any Suppuer, then Contractor shall promptl� report i� to Ci�ty in writi�g. Contractor shall not
proceed with t�ie Work affected thereby {except in� an emergency as requ�rEd by Paragraph
CITY dF FOT2T WOIZTH
STANDAIZDC01�5TRWCTT�N SPECIFrCATION DOCi.TME1+ITS
Revision: 823I1�z1
aa�zon-i
��r���,�co�oirio�s
Page ] 0 of 63
6.17.A} until an annendment or supplement to the Contract Docum�nts has baen issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shaI� not be liable to City for fa�lure to report any conflict, error, axnbiguity, ar
discrepancy in the Contract Docurz-ienis unless Contractor had actiaal knor�vledge tI�►ereof.
B. Resolving Di�screpancies:
E�cept as ma� be otherwise spec�icaliy stated in the Contract Documents, ihe provisians of
the Contract Documcr�is shaI! take precedence in resolving any canf�ict, error, az�bigui�y, or
discrepancy between the provisions of the Cantract Documents and the provisions o� any
standard, specification, manual, or the instruction of any Supplier (whe�er or not specificalIy
incarporated by reference in the Contract Documents).
2. In case of discrepan.cies, iigured dimensions shall govern over scaled aimensions, P�ans shall
govern o�v�r Spec�'ications, �upplementary Conditions shall govern over Gen�ral Conditions
and Specifcations, and c�uanti�ies shown on fhe Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Doeuments may be amended to provide for additior�s, deletians, and rev�sions in
the Work ar to modify the terms and condrtions thereof by a Change Order.
B. The requirements of the Cantxact Documents may be supplemented, and minor variations and
devtations in the Work not invoIving a change ira Contract Price or Cantract Tifn�, may be
authorized, by ane or more o�'the following ways:
1. A Field Order;
2. City's review ofa Submittal (subject to the provisians ofParagraph6.18.C); or
3. City's written unterpretation or cla.rification.
3.05 Reuse ofDocu�nents
A. Cantractor and any Subcontrac�or or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawi�gs, Specifications, ar
other docuanents (or copies of any thereofl preparad by ar bearing the seal of Engi�eer,
irzcluding eleet�onic media edi�ions; or
2. xeuse any such Drawitags, Specifications, ather documentts, or copies thereof on extensians of
the Project or any other project without written consent of City and specific wrztten veri#ication
or a�faptaiion by Engineer.
CTI'Y OF F�1ZT WpRTH
STANDARDCDNSTRUCTI�N SPFCIFICATION DOCUMENTS
Revision; �.1
oo�aoo-i
GENERAL CUN�IT ION S
Page 1 I of 63
B. The �rohbit�ons of this Paragraph 3.05 will survive final payment, or termination of t�.e
Contract. Nothing herein shall prec�ude Contractor firom retainuag eopies of the Contract
Docunnents for record purposes.
3.06 Edectronic Daia
A. ilnless othervaise stated in �e Supplem�ntary Condi�ior►s, the data fi�rnished by Cily or Engineer
to Contr�ctar, or b� Contractor to Ciry or Eng�neer, that may be relied upon are limited ta the
printed copies included in the Contract Documents {also knawn as hard copies) and other
Specif'ications r�ferer�ced and located on the City's on-line electronic document management and
colt�aboration system si�e. Files in elecfi�onic media fortr�at oi texi, data, graphics, or oth.er types
ar� furnished onIy for the convenienc�e of the reeeiving pacty. Any canclusion or irifo�t�aation
obtained or derived from such elect�onic f�les wil� ba atthe user's sole risk. rfthere is a discrepancy
betw�en the electronic files and the hard copies, the hard copi�s govern.
B. When transferrring docurr�.er�ts in electronic rnedia forn�.at, the transferring party makes no
representations as to long term �ampat�bili�y, Usability, or readability of documents result�g from
th.e use af softwara appl�catian packages, operatinEg systems, or connputer hardware differ�g from
those used by the data's creator.
ARTICLE 4— AVAILABiLITY OF LANDS; SUBSURFACE AND PHY�ICAL CONDIT�ONS;
H.A.ZARDOU� ENVIRONMENTAL CONDI'TIONS; REFERENCE POINTS
4.01 Avaflc�hilityofLands
A. Ciry shall furnish the Site. Ciry shall natify Contractar af any encwnbrances nr restrictions not oi
general application but specif'ically related to use of tl�e Site with which Contractor znust cornply
in perfor�tiing the Worlc. C�.y vaill abtain in a timely rnanner and pay for easem�enis for permanent
structUres ar perrrxaner� changes in existing facilitias.
1. The Ci�y has obtainad ar anticipates acquisition of and/or aceess to right-of way, andlar
easements. Any outstanding right-of-way and/or easements are anticipated ta be acquired in
accordance with the s�hedule set forth ir► the Supp�ementa.ry Conditions. The Project Schedule
subm.itted by the Contractor in accordanca wrth the Contract Docia�nents must consider any
outstandsng right-of way, ancVor �asem.ents.
2. The City has or anticipates removmg andlor relocatjng utilities, and obstructions to the Site.
Any outstandi�g removal or relocatian of utilities ar obstructians �, anticipated in accordance
with the schedule setforth in the Supplementary Conditions. The Project Sehedule submi�ted
by the Contractor in accordance with t�e Contract Dacuments musi consider any outstas�ding
utilities or obst�uctians ta be remo�ed, adjusted, and/or ralocated by others.
B. Upan reasonable wrikten request, City shafl fUrnish Contractor w�h a cuz7reni statem.eni of record
legal title ar�d legal descri�tion o£the lands upon which ti�e Wark i� to be per£ormed.
CFfY OF FORT WOATf-I
5`T'AN]�ARDCONSTRUCTION SP&CIFICATI01� DOCUAAEN'1��
T�evision: 8/L1�021
007200-I
GEN�RAL CQNp ITION S
Page l2 of b3
C. Cantractor shau provide for all additionaI Iand,s and access thereto that may be required far
constructian facilities or siorage of materials and equipment.
4•02 �'ubsurface andPhysacQl Condiiions
A. Reports and Drawings: The Supplemen�ary Conditions identify:
1. those reports known to City of explarations and tests of subsurface conditions at ar
contiguous to tne Site; and
2. tnose drawin�s krzown to Ciry of physicai conditions relating to existing surfacc or
subsurface structures at the �zte (excep� Undergraund Facilities).
H. Limite�d Reliance by Cantractar� on Tech�aical DataAuthorized: Cont�ractor may z'eIy upon the
acc�racy of the "technical data" contained in such r�ports and cirawirzgs, but such reports and
dz�awir�gs are not Contract Documents. Such "�achnical data" is identified in the Supplementary
Conditions. Coilteactar may not make any Contraci Clai.m against City, or any of their o�'ficers,
directors, rnernbers, partners, employeas, agents, cansultants, ar suhcontractors with respect to:
Z. the completeness of such reports an.d drawings far Contractor's purposes, includin�, btrt not
Iimited to, any aspects of tY�e means, methods, iechrriques, sequences, and procedures of
cons�ruction to be aznployed by Contractor, and safety precautions and programs incident
thareto; ar
2. other data, interpretaiions, opinions, and informatton containsd in such reports or shown or
indzcated in such dravvings; or
3, any Cnnt�actox interpretation of or conclusion drawn fram anq "teehnical data" or any such
other data,, interpr�tatians, o�piriions, ar information.
4.03 D�feriragSubsur�f'ace or Physiccal Condition.�
A. Notace: If Cont�ractar believes that any subsurFace ar physical condi�ion that is uncavered or
revealed either:
I. �s of such a nature as to establish tl�at any "tecku7icaI data" on whick� Contractor is eniitled to
rely as provided in Paragra.ph 4.02 is materially inaccurate; or
2. i� of such a natUre as to require a change ini the Coptract Documents; or
3. differs materially from tha� shown or indicate� in the Contraef Doc�ments; or
4. is of an un�asua� nature, and diifers mat�riall� frorn conditions ordinarily encountered and
generally recognized as inheren� in r�rork of ihe character provided for ir� the Contract
Documents;
CTTY QF FORT WORTH
STAIVDARDCON3T12UCTION SPECIFICATION DOCiJMBNTS
Revisian: 823f2Q2I
oa7aoo-i
GEN�f2ALCQ3J�ITION 5'
Page l3 of 63
then Contractor shall, promptly after becomir�g aware t.hereof and befare further disturbirkg the
subsurface or physica3 conditions or perForming any Wark in conriectian therewith (except in an
emergency as requ�red b� Paragraph 6.17.A), notify City in writing about such conditian.
B. Possible Price and Tir�Adjustfnents
Contractor shali nat be enti�led to any adjustment in �he Cont�ract Price or Contract T�ne if:
L Contractar knew oi tl�e e�stence o� such conditions at the tirne Coniractor naade a%tia�
commit�nr►ent to City vvith respect to Contract Price and Cantraet Time by the submissiQn af a
Bid or becoxnmg bouncl under a negotia.ted oontract; or
2. the ez�istence of sucI� condition could reasnnably ha�� baen discovared or revealed as a result
of the exam�n�tion of ihe Contract Documents or the Site; or
3. Con�ractor failed to give the written notice as required by Paragraph 4.03,A.
�.04 Unde�groundFaciliiies
A. Shown o� 1'ndicated• The information and data shown or indicated in the Contract Documents
with xespectto eXisting Undergrou�d ]Faci�ities at ar conti�uous ta the Sike is based an infornaation
and data furnished to City or Engineer by the awners oi such iTnderground Facilities,
including City, or by others. Unless it is oiharwise expressiy provided 'u� the Supplementary
Conditions:
1. Czry and Engineer shall not be responsible £or the accuracy or completeness of any such
inforznatian or data pro�ided by others; and
2. �he cost a£ aIl af ihe following wifl be included in ihe Contract Price, and Contractar shall
have full responsbiliiy for:
a. re�iewing and checkirig all such infarmation and data;
b, locati�g a31 Underground �acijities shown or indicated in the Cantract Dacuments; '
c. coordination and adjustrnent, af the Work with the nwners of such Undergrourid,
Faciiities, including City, during construction; and
d. fhe safety and protection o£ a�I such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. NotShownoYlndicated.•
1. Ifr an i�nderground Facility which conflicts with the Wor�C is uncnvered ar re�vealed at or
contiguous to the Site which was not shown or indieated, or not shnwn or indicated w�h
reasonable accuracy �n the Cantract Documents, Contractar shall, pz�amptly after b�coming
aware thereaf and be%re further distu�rbing condztians affected tl�ereby or perfozrning any
cimv oF roxT wo�Tx
STAIIDARDCON3TR.UCTIDN SPECIFICATION DUCUIvIE�I'I'S
Revisian: 82�11.121
oo�zoo-i
G�N�RAL CON�ITIONS
Page lA of 63
Work in conneeiian therewith (except in an emergency as required by �aragraph 6.17.A},
identify the owner of such Undergroun.d Facilify and give notice to that owner and to City.
City will r�view the discaver�d Underground Facility and deiermine the e�ent, if any, ta
which a change rnay be requ�ed in the Cont�act Docuznents to reflect and docurnent tk�e
consequences of the existence or location of the Underground F'acility. Contractor shaIl be
responsi6le for the safeiy and protection of such discavered Underground �'acility.
2. If Czty cancludes that a change in the Contract Documents is required, a Change Order rnay
be issued in reflect and docunnent such consequences.
3. Verif"ication of existing utzlities, structures, and service lines shau incIude notification of aII
utility companies a minimum of �8 hours in advance of construction �ncluding ex�Ioratory
eXcavation if necessazy.
4.05 Refe�ence Pamts
A. City shall pro�ide engineering surveys to establish reference paints far constructxon, Wil1C�1 in
City's judgm�nt are necessary to enable Gon�ractor to proceed w�h the Wark. City vaill pravide
consiructian stakes or other custamary �nethod of marking ta estabIish line and grades for toadway
ar�d utility construction, eentarlines and benchm.arks �or bridgawork. Con�ractor shaIl proteci and
preserve the established reference points and prop�rty zx�onuments, and shall make no changes ar
relocations. Contractor shall repart to City w�enever any reference point or properiy monumant is
lost ar destroyed oar requires relocatian because of necessary changes in grades or locations. The
City shall be respansible for th� replacement or reIocation of reference paints or praperty
monuments not earelessly or vaiI�fully destroyed by the Contractor. The Cantractor shall notify
Ciry in advance and with su�'ficient tima to avoid delays,
B. Whenever, in �he apznion of the City, any reference pourt or monument has been carelessly or
wiIlf'ully destroyed, dist-�rbed, ar removed by the Contractor or any of his ennp�oy�es, the full cost
for replacing such paints pius 25% will be charged against tl�e Contractar, and the fuu amount will
be deducted from payment due the Coniractor.
4.06 Hazar�ous Environmental Condation at,Site
A. Report,sandD�a�vings; The Supplementary Condi�ions identify those reports and drawin�gs known
to City re�ating to Hazardous Environmental Condi�ions that have been ident�ed at the �ite.
B. Lirrtited Reliance by Contracto� an Technical Data Aut�iorazed: Cantxactnr rnay reiy upon the
accuracy of the "technical data" contained in. such reports and draw�ngs, but such repoz-ts and
drawings are not Contract Docuranents, �ueh. "�echnical data" is identified in the Supplementary
Conditions, Contra�tor may not make any Contract C�aim aga�nst City, ar any of their of�cers,
airectors, rnembers, partners, employees, agents, consultants, ar subcontractors with respect to:
1. the completeness of such reports and drawings for Cdntxactar's purposes, �cluding, but not
l�rnited to, any aspects of tl�e rneans, methods, teehniqu�s, sequences and procedures of
C1TY pP FORT WORTH
STANDARDCtiPISTkUCTION SPEC]PICATION DOCUMENTS
Revision: 823(Z021
D07204-1
GENERALCONRITIONS
Fagc 1 S of b3
eonstruction tv be emplayed by Contractor and safety precautions and programs iricident
thereto;ar
2. other data, iriterpretations, opin.i�ns and informatiar� contained iri such reports or shown ar
indicated in such draw�ngs; or
3, any Contractor interpretation of or conclusian drawn irom any "technical data." or a�ny such
other data, interpretations, apinions or informafiion.
C. Con�ractor shall not be respo�ible for any Hazardous Environmentai Condition uncovered or
revealed attha Site which was not shown or ir�dicated in Drawings or Specifications or identiiied
in the Contract Documents to be witI� the scope of the Work. Corrtractor sha�l be responsible for
a Hazardous Enviranmental Conclition created with any materials brought to the 5ite by
Cantractor, Subcont�actors, 5uppliers, or anyane else for whorra Contractor is responsibie.
D. If Contractar eneoUnters a Hazardous Environmental Condiiion or � Contractor or anyone for
wham Cont�actor is r�sponsible czeates a Hazardous Environmental Condition, Cont�actor shall
unm�diately: (i) seeure ar nthervvise isolate such candition; (i�� stap all Worlc in c�nnection r�vith
sucl� condition and in any area affected thereby {except in an emergen�y as required by Paragra�
6.17.A}; and (iii) notify Ciry {and pramptly thereafter coniurn such notice in wri�ing). City �nay
cansider the necessity to retain a qua�ed expert �o evaluate such condition or take carrective
action, if any.
E. Contractor shaIl not be required to resume Work m connection rvith such condition or i� any
aifectedareauntil a#��erCity has abtained anyrequired permits relatedthereto anddelivered written
natic� t� Cont�actor: (� spec�ying that such conditian and any affected area is or has been
rendered suitable for the resumption of Wark; or (u} specifying any speeial condi�ions under which
such Wark rnay be resumed.
F. Ii after receipt of such �vritten notice Contractor does not agree to resume such Work based on a
z�ea�onable belief it is unsafe, or doe� not agxee to resume such V�lorkunder such special conditions,
then City may order the portion of the Work that is in tf�e area affected by such cor�dition to be
deleted frona the `1Vork. City may have such deleted portios� of th� Work perfoxz�ned by City's own.
forces or others.
G. To the fullesr extent pe�n�itted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and agai�zstadl ciairn,s, costs, losses, and damages (including but not lirraited
to aII fees and charge.s of engineers, arehitects, aitarneys, ancl ather prafessionals and aiI caur�
or arliat�-atior� or othe� dispute resolutioti costs) arising out of or relating to a Ha�ardous
Enviro�tnental Condition ereated by Contractoro� hy anyonefor�hom Cont�acto� is responsihle.
1Vothing in this ParagNaph 4. 06.G shall obligate Contracior to andemn� any individual ot� entity
frorra and against the corasequences of that individual's or e�atity's awn negligence.
H. The pravisions nf Paragraphs 4.02, 4.03, and �.Q4 da not apply to a Hazardous Envirozanaental
Condition uncovered or revealed aithe Si�e.
CITY OP CORT WORTH
STANDATtDC4N5TRUCTION SPECIFICATION DOCUMEIVT5
Itevision: 8�l?J1021
oo �a oa- i
�ENERa,�coNnir�a�s
Page 16 of 63
ARTICLE 5— S4NDS AND IN�URANCE
5.01 Licensed Sureties and InsureYs
All bonds and insurance required by the Contract Documents tn be purchased and maittta'vned by
Coniractor shall be abtained frorn surety or ir3surance c.ornpanies fihat are duly licansed or authorized
in th� State of Te�as ta �ssue bonds or insuz�ance polici�s for the Iimits and coverages so requ�red.
Such surety and itisurance companies shall also m��t such addi�ianal requirernents and qualif'ications
as may be provided in the Supplementary Conditinns.
5.02 Pepforfnance, Payment, andMaintenance Bands
A. Contractor shall furni�h performance and payment bonds, in accardance with Texas Government
Code 'Ghapter 2253 or successor statuta, each in an amoumt equal to the Contract Price as
securi�ty for the faithfuI perfarmance and payment of a�l of Contractor's obl�gations under the
Cantract Docurn�nts.
B. Contractar shall furnish znaintenanc� bonds in. an amount ec�ual to the Con.t�aci Price as seeur�y
to protect the Czty against any defects iirz any portion of the Wark described in the Caatract
Documents. Maiu�tenance bonds shall xemain in �ffect for iwo (2) years after the daie of Final
Acceptance by the City.
C. All bonds shall be in the farm. prescr�ed by the ContractDocurnents excepi as provided other�c�vise
by Laws or Reg�lations, and shalI bc executed by such sureties as ara nanned in tl�� list of
"Cornpani�s Holding Certificates of Autharrty as Acceptal�le �ureti�s on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Fiu-�ancial
Management Ser�ice, Surety Bond Branch, U. S. Department of the Treasury. All bonds sigined by
an agent ar attorney-in-fact must be accompanied by a sealed and dated power of aiiorney vvhich
shal� show that it is efFective on the date the agent or attorney-in-fact signed each hond.
D: If the s�arety on any bon.d iurnished by Contractor is decIa'r�d bankrupf or becomes insolvent or its
right to do k�usit�ess is terminated in the State of Texas or it ceases to meet the require�ents of
Paragraph 5.02.C, Contractor shall promptly notify City ancl shall, wi��n 30 days a£tear the event
gi'ving rise io such notification, provide another band and sur`ety, both af which shall comply wiih
the requirements oiParagraphs 5.01 and S.Q2.C.
5.03 Certifrccttes of Insurance
Contractor shall del.iver to City, w�th copies to each additiana� insured and loss payee identified in ihe
Supplementary Condrtions, certi#icatEs of inst.rrance (other evidence of insurance reyuested by City nr
any other addiiiona.l insured} in at least the miniinuzr� amount as specified in the Su�plementary
Candi�ions which Coniractar is required to pLYrchase and maintain.
The certificate of msurance shall docutxaent the City, and all identi.fied entities named in ��e
Supplementary Condrtions as "Additional Insured" on al� liabi�ity policies.
C�TY OP FORT Wt7KTH
5TAIVDARDG�IV5.T1tUCTI.ON SI�ECIFICATION DOCiTMENTS
Revision; FJ?.3/7A21
oo�zoo-�
GEN�fiALCDN�ITION S
Page 17 of 63
2. T`he Cantractor's gen.eral �iai��7ity msurance shall include a, `�er pro�ect" or "�er location",
endorsemen.t, which sha�l be identi�'ied in the cert�cate of insurance pro�ided to the City.
3. T�ie c�rt�icate sha�l be signed by az� agent authorized to bind coverage on b�half of the �►sured,
be eomplete iri its en.tarety, and show com�let� insurance carrier names as listed in the current
A.M. Best Property & Casuahy Guide
4. The insurers far all policies rnust be licensed and/ar approved to do busines5 ir� the State of
Tez�a.s. Except for workers' compensation, all insurers must have a�xiinimvm ratin.g of A-:
VII ir� the current A. M. �Best Key Rating Guide or have reasonably equivalent financial
stren�th and sol�+ency to the satisfaction of Risk Manageme�#. If the rating is belorx� that
required, written appro�al of City is required.
5. All applicable policies shall incIu�le a Wai�er c�i Subr�gation {Righis of Recovery) m fa�or
of the City. In addrtion, the Contractor agrees to wai�e alI rights oi subrogation against the
Engineer (if appIicable}, and each adciitional insured ident�'ied in the Supplementary
Conditions
b. Failure of the Ciry to demand such certiiicates or athar evidence of full compliance vvith the
insurance reguirremen�s or faz`lure of the Ciiy to identify a defzciency fram evidence that �s
provided si�ll no� be cQnstrued as a waiver of Contractor's abligation to maintain such lines
af insuz�ance coverage.
7. If insurance poficies are not wriiten for specified coverage limits, an Urnbxeka or Excess
Liability insurance for any differences is requ�red. Excess Liability skaall fnuow fozx�n of th�
prinnary caverage.
S. Unless o�herw�se stated, all rrequired insuran�ce shall be written on tl�e "occurrence basis". If
co�erage is underwritten on a clai�ms-made basis, the retroact�e date shall be coincident wi�h
ar prior to the date of the effEctive date of the agreement and the certificate of insurance s�all
state that the coverage is claims�made and the retroactive date. The insurance coverage shall
be maintaineci for the duration of the Contract and for three (3} years fo3low�g Final
� Acceptance provided under the Contract Documents or %r tl�e watx•an� period, whichever is
longer. An annual certificate of insuranc� submitted io the Crty shall evidence such
insurance coverage.
9. Policies shall l�a�e no exclusions �y endorsements, which, neither null�f'y or amend, the
raquired lines of coverage, nar decrease the litnits of said coverage unless sucl� endarsennents�.
are approved ir� writing by the City. In the event a Contract has been bid ar executed and th�e
exclusions are deteimined to be unacceptable ar the Ciry d�sires additional imsurance coverage, �
an.d the City desires the contractorlengine�r ta obta.in such coverage, the contractprice sha11
be adjusted by the cosf af the premium for such addit�onal cov�rage plus 14%.
1Q. An� se3f msured retention (SIR}, in excess of $25,0OO.OQ, affecting required insUrance
coverage shall be approved by the City in regards ta ass�t �value and staclfl�olders' equity. In
crrr o� �axT wo��
STANTJAItDCDNSTRUCTI6N SPECIEICATIQI� DOCiFMENTS
Rev[sion: 81,�IL02t
oonoo-i
GENERAL�E}NdITIDN5
Page l8 of 53
lieu of tradi�ional insurance, alterna�ive caverage maint�ined through insurance pools or risk
reter�tion groups, must aIso be approved by City.
11. Ar�y dec�uctble in excess of $S,OOQ.OQ, for any poucy that does not provide coverage on a
first-doI�ar basis, must be acceptable to and approved by the City,
12. City, at its soie discretion, reserves the right to revievv the insurat�ce requrrements and to
make reasonable adjusi�nents to insurance coverage's and their ]imits when deerned necessary
and prudent by the City based upon changes in statutory law, coart decision or the claims
his�ozy oftihe industry aswell as of the cantrac�ing party to the Gity. The Czty shall be required
to pro�vide prior notiee af 9Q days, an.d ihe ins�ance adjustments shall be incorpoxated into the
Work by Chan.ge Order.
13. Ciry shal� be entrt]ed, upan writt�n request and without expense, to r�ceive copies of �olicies
and endarsements thereto and may make any reasanable requests for deletion or re�ision or
madifica�ians of particular policy fertns, conditions, ]imitations, or exclusions n�cessary to
conform the policy and endarse�-inents to th� requi�ernents ofthe Cant7ract. Del�tions, revisions,
or rriodifications shall nat be requirad where policy provisions are estabIished by ]aw or
regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible %r the d�rect payment of insurance preziuum costs for
Cantractor's ulsurance.
5.04 Contt�acto�^'s InsuYance
A. YYo�ker� Compensatfnn a�d Employers' Liability, Contractor shall purchase and nr�aintain such
insurance caverage with limrts consistent with statutory benefits outlined in the Texas Workers'
Campensation Act (Te�s La.bor Code, Ck�. 406, as amended), and rnin�t-num lTmits for Employers'
LiabzLity as is appropriate for the Workbeiu�g perfortned and as will provide protection from cla.irns
set £ot�h below which zx►ay arise ou� of or result fram Can.tractor's perforrnance of the Work and
Contractor's other obligations under tlze Contract Documents, whetk�er it is to be per£ormed by
Contractor, any Subcontractar or SuppIier, or by anyone c�ir�ctly or indirectly empl�yed by any of
them to paz�form any of tf�e �14�ork, or by anyone for whose acts any of them may be liable:
1. claitns under workers' compensation, disability benefits, and ath�r similar employee benefit
acts;
2. claims for damages because of bodily injury, accupationaI sickness or dis�ase, or death of
Coniractar's etnployees.
B. Cammercial General Liability. Coverage shall mcIude but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, ic�dependent contractors,
products/cornpleted operatians, personal inju�y, and liability under an iris�.red contraet. Insur�nce
shall be provided on an occurrence basis, and as cornprehensive as the current Insurance Ser�ices
Of�ce (TSO) policy. This insurance shall apply as primary insurance wi�h respecf to any other
CiTY OF FQRT WORTH
STANDARDCONSTRUCTION Si'ECIFICATION DOCCJMENTS
Re�ision: 8CL�l2l
OD720D-1
GENERALCONDITIONS
Page 19 of 63
insurance ar self=fnsurrance prog7rams a�forded to the City. The. Comm.ercial General Liability
palicy, shall haae no exclusions by endorsements that would alter of nullify premises/operations,
products/campleted aperations, contractual, personal i�r�jury, or advertising injur�', which aie
normally contained with the poJicy, unless tl�e Ci�y approvas such exclusions �n wri�ting.
�or constr�action projects t�at prese�at a substant�al completed operation exposure, the City may
require �e contractar to mainfain completed operations caverage for a rninimum of no less tY►an
three (3) years following the completion of th� project (i� identified in the Supplernenta ry
Conditions}.
C. Ax�tomobile Liabilaty. A oomznercia.I business auto policy sha�l provide coverage an "any autd',
d�fined as auios owned, hired and non-owned and provide ind�mnity for claims for damages
because bodily �njury ar death of any persan and or property damage arising out o� the work,
maintenanca or use nf any motar �ehicle by the Contractor, any Subcontractor or Suppi�er, or by
" anyane directly or indirectSy enaployed by any af thern to perfarm any of the Work, or by anyone
for whose acts any of them rnay be liable.
D. Railroad Prot�ctive Liabilaty. If any o� the vvork or any warraniy work is within tlie Gmits af
railroad right-of way, the Contracior shal� eatn�ly with the requirements identif'ieci in� the
Supplernen�ary Condrtions.
E. Not%f �ication of Policy Cancellation: Contractor s�all immediate�y notify C�.y upon ca�.cellatron
or other loss of �surance cov�rage. Contractor shall sto� r�ork until replacexnent insurance has
been procured. Thera shal� be no time credi� �or days not worked pursuant to th� section.
5.05 Acceptcance ofBondsar�dl`nsurance; Option to Re�lace
If City h.as any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be p�irchased and maintained by tkie Contractor in accardance wrth Article 5 on the basi�
of non-conforrnance vw'rth the Contract Documents, the City shall so noiify the Contractar in writing
within 10 Business Days afterreceipt af t1�e certif'icates (or other avidence requested). Contractrar shall
pro�+ide ta the City such additional information in respect of �insurance provided as the Gity may
reasoi�ably request. If Cantractor does not purchase ar maintairi a�l of the bonds and in�urar�ce required
by the Contract Dacurn�nts, tk�e City sha�l notify the Contractor in writing of such fai�ura przor to the
start of the Work, rnr of such failure to �aintain prior to a�y change in. the required coverage.
ARTICLE 6 — CQNTRACTOR'S RESPONSIl3ILTTIES
6.01 SupeYvision arrad Supepintendence
A. Contractor shall supervise, it�spect, and direct the Work competent�y and efficiently, devot�ng
such attention �hereto and applying such skills and ex�ertise as may be necessary to perform the
Work in aceordance with the Contract Docurnents. Contractor shall be solely respansible for the
means, methods, techniques, sequences, and procedures of const�ction.
CITY QF FO1tT WORTH
5TAAIDARI)CONSTRUCTIflN SPECIPICATIOtV DQCUMIIVTS
Revisinn: 823f�D11
oo�zoa-i
GENERALCQNDITIONS
Page 20 of 6=
B. At aIl times duriz�g the progz�ess of ihe Work, Contractar shaIl assign a competent, EngIish-
speaking, �uperintendent who shall nat be replaced without written notice io City, The
Superintendent wi� be Contractor's representative at the Si�e and sha1I have authority to act on
behali of Contractor. All communication given ta or received from the Superintendent shall b�
bind�g on Con�ractor.
C. Contractor shall notify the City 24 hours prior io moving areas during the sequence of cons�-uction.
6.02 Labor; Wo�kingHouNs
A. Contractor shall provide comp�tent, suitably qua.]ified persoz�el to perfo�zn construction as
requu�ed by th� Contrract Documents. Contractor sha11 at al� times rnaintain �ood discipline and
order at ihe Site.
B. Except as o�erwi�e rec�uired for th� safety or protection of persons or ih� Work or property at
the Si�e or adjaceni �hereto, and except as otharwise stated in the Contract Documents, all Wark
at the Site shafl be pec�formed duruag Ragular Working Ho�ars. Contractor will not per�nit the
p'er%rmance of Work b�yond Regular Worlcmg H�urs or for Weekend Warking Hours without
City's written consent (vvhich wi�l not be unreasonably withheld). Wz�itten rec�uest (by letter or
electronic communication} ta perform Work:
1. for beyond Regular Working Hours reqUest must be made by noon at least twa {2} Business
Days prior
2. for Weekend Workirxg Hours request must i�e m.ade by noon of t�ie preceding Thursday
3. for Iega1 holidays request cnust be made by noan two Business Days prior to the l�gal
holiday.
6.03 Services, Materials, and Equi�rt�ent
A. Unless otherw�sa specified in ihe Contaract llacuments, Contracfor shall pravide and assutn.e fu11
responsibility for all ser�ices, materials, equipment, labor, transportation, construction equiprrient
and machinery, fioals, appliances, fuel, power, lighi, heat, telephone, water, sanitary facil�ties,
temporary facilities, . and all other facilitres and inczc�entals necessary for the performance,
Contractnr required tasting, start-up, and con�pletion af the Work.
B. AIl rnaierials and equipment ineorporated itlto the Work shall be as specifed or, if not speciEied,
shall be of goad quaIzry and new, except as otherwise provided in the Contract Documents. All
special warranties anci guarantees requir�d by the Sp�cifications shall expressly run ta the benefit
af City. I�' required by City, Coniractor slaall furnish sati�fac�ary evidence (including reports af
required tes�) a� to the source, kind, and quality of nnaterials and equipm�nt,
CITY OF FORT WORTH
STA�YDARDCONSTAVCTIpN SFECIFICATI4N DOCUM�N7'S
Revision: 823/LOZ1
oo7zaa-�
G �N�RAL C6f�D I7101V S
P&ge 21 of G3
6.04
. r�
C. AlI materials and equipment to be incarparated into the Work shall be stored, applied, installed,
con�nected, erecteci, protected, used, cleaned, and conditioned in accordance with instructions of
�e applicable Supplier, except as otherwise may be provided in the Cont�act Docurnents.
D. AII item,s of s�andard equipment to ba incozporated into the Work shall be the latest rnadel at the
ti,rz►e of bid, unless otherwise speci£ied.
Proj ect Schedule
A. Cantractor shail adhere to the Project Schedule established in accordance with Paragraph 2.07
arnd the General Requ'vrements as i� may be adjusted from tune to time as provided below.
1. Co�tractor shall submit ta City for acceptance {to the extent indicated in Parag�aph 2.07 and
tize General Requirements) proposed adjustments m the Project Schedu�e that wi�l not resu3t
� changing the Co�ntract Time. Such adjustlnants will cotnply with any provisions oi the
General Requirements applieable theretn.
2. Contractar sha� submit to Cit� a monthly Project Sehedule wi� a rr�onthly progress payment
�or the duration of the Contract in accordance vvith the schedule specification U1 32 16.
3. �rogos�d adjustments in the Project Schedule that wili
subx�r�ted in accordance with the requirements of Artic�
may only be rnade by a Change Order.
Su$stit�tes and "`Or-Equals"
change the Contract T�me shall be
e 12. Adjustrnents in Contract Tune
A. Whenever an i�em af material or equipnnent is 5pec�ified or descrbed ir� the Contract Dacuments
by using ihe name of a proprietary item or the name of a particular Suppfier, the spec�ification or
description is intended to establish the type, function, appearanee, and quality requ�ed. LYnless the
speca£�cation or description coniains or is follov�ed by words reading thai no I�ce, equivalen�, or
"or-equa�" item or no substitution is pezmitted, other items of material or equipmeni of other
Suppliers �ay be subnnikted to Ci�ty for review under the circumstanees descr�bed below.
1. "Or-Equal " Zterr�s: If in City's sole discretion an item of matarial or equipment proposed by
Coniractor is functionally equal io that named and sufiiciently similar so that no change �
related Work will be required, i� rnay be cor�sidered by City as an "or-equal" item, in �uvhich
case review and approval of the proposed ikem rnay, in Ci�y's sole d�scretion, be accompIished
witb.aut compliance with some or a!1 of the requirements for appro�al of proposed substi�tute
items. �'or the purposes of t�s Paragraph b.OS.A. l, a proposed i�em of znat�rial or equipment
wiil be considered fUnctionally equal to an i�em so na�ned if:
a. tlse City deternvnes that:
1) it is at least equal in materials af constr�action, quality, durability, appearance,
strength, and design ck�aracteristics;
C1�Y OF FORS VJORTH
STANDARDCOIISTRUCTION SPBClF[CAT10N DdCLTMEi�fTS
Revision: SIZ3l2021
oo�zoa-�
��rv���ca�vo�rior�s
Page 22 of 63
2) it wi� relia6ly perforrn at Ieast equaliy we1� the fiir�ction and achieve the results
imposed by the design conc�pt of the campleted Project as a functioning whole; and
3) it has a prov�n reeord of perfaz�mance and a�ailabiliry of r�spansiae servica; and
b. Ganlractor certifies that, i� approved and iracorporated into ihe Work:
Z) there wi]I be n.o increase in cost to the City or increas� in Contract T�ne; and
� 2} it r�vill cc�zlform subs#antiaUy to the d�tailed requ�ements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in Ciiy's sole discretton an item of rnaterial or equipm�nt proposed by. Contractor daes
not qualify as an "or-equal" item under Paragraph 6.OS.A.I, it may be submitted as a
proposed subst�te item.
b. Contractor shall submit suffici�nt information as provided below �o al�ow City �o determine
� the item of material or equipzx�ent proposed is essentially �quivalent io tbat namcd and
an acceptable substitute therefor. Raques#s far review af praposed substit��te items of
material or equipnnent will nai be acceptec� by City from anyotae oth�r than Contractor.
c. Contractor shall make written appl�cation to Ci�y for re�riew of a proposed substituta item
of material ar equipment that Contractor seelcs to furni�h ar �se. The application shall
comp2q with See�ion O1 25 00 and:
1) shall certify that the p�roposed substitute item wi�:
a) perform adequately the functions and ackueve the resu�ts call�d for by the general
design;
b) be sirnitar in substance to that specified;
c) be suited to the same use as tI'iat spec�'�;d; and
2} will state:
a) the e�ent, if any, to which the use nf the proposed subsiitute item wiIl prejudice
Contxactor's achievem�nt of final completion on time;
b) whether use of the ,proposed substitute i�em in the Worlc �uiJl require a change in
any of the Contrac� Docurnents (or in th� provisions of any other direct cantract
rvith City fox other work on the Project) to adapt t�e design to tYre proposed
�ubsti�ute item:
CITY OF FORT WORTH
STANDARDCONSTRUCTIOH SPECIF[CAT]ON DOCUMENTS
Revisian� 8/1.'.�2D21
00 72 00 - I
GEiV�RAI. CON�iTION S
Page 23 oP 63
c) .wheth�r ir�corporation or use of the proposed substitute rtem in connectian with
the Work is subject to payment of at�y ]zcense fee or rayahy; and
3} will identify:
a) all variations of the proposed substitute it�m from that spec�ied;
b) available �ngineering, sales, maintenance, repair, and replacement 5ervices; and
4) shall cantiain an itemized estimate of a!1 costs or creciits that wilt resu�t dieectly or
indirectly from use of such substi�ute rtem, inc�uding cost5 of redesign anci Damag,e
Claims of other contraciors affected by any resulting change.
B. Substitute ConstructzonlVlethods orProcedures: If a specific means, meihod, technique, sequence,
or procedure pf canstruction �s expressly rec}uired by the Contract Documents, Contractor nnay
furnish or utilize a substrtute rneans, method, �echnique, sequence, ar procedure of construction
appravad by City. Contractor shall subrnit sufficient inforrnation to allaw Ciry, in City's sole
discretion, to determine that the substi�tute proposed is eqUzvalent to that �xpress�y called for by
f11e Coixtract Documents. Contractor shall make written ap��ication to City for review in the same
manner as thase provided in Paragraph 6.05.A.2.
C. City's Evaluation: City wi� be allowed a reasanable time within vvhich to evalua�e each
proposa� or submittal made pursuant to �ara�raphs 6.fl5.A and 6.05.B. Ciry rnay require Contractor
to furnish additional data about the proposed substi�ute. Ciry wi]l he the sole judge of acceptability.
No "or-equa�" or substitute will be ordereci, installed or aiilized until City's review �s complete,
vvhich wijl be evidenced by a Change Ord�r �n the case of a substitute and an accepted Subnnittal
for an "or-equal." City r�vill advise Contractor m wciting of its determination.
D. Specic�I Guarantee: City may require Contractor io funvsh at Contractor's expense a special
perfo�rnaance guarantee, warranty, or ather surety with respectto any substitute. Contractor shall
indernnify and hald haa�mless G`ity and anyane directlyor indirectly em�loyed by themfrom and
�rgainsi any and all claams, d'amages, losses and experases (including attorneys fees) arising oui of
the use of substituted mate�rals o� equip�n�ent.
E. City � CastReir�abursenzent: City will record City's costs it� ev,aluatin.� a substitute praposed or
submitted by Contractar pursuant to Paragraphs 6.OS.A.2 and S.OS.B. Whetlier or not City
approves a substrtute so proposed or submri�tted by Contractor, Cantractar rnay be required to
reimburse Ciry far evaluating each such proposed suhstitute. Contractar may also be required to
reitnbtarse City for the charges for making changes i�t� the Contract Documents {or m the provisions
of any ot4ier dir�ct contract with City} resulting fram the acceptance of each proposed substitute.
F. Contracto�'s Expen,se: Contractor shall provide all data in support of any propased subsiitute or
"or-eQuaP° at Contractor's ex�ns�.
CITY OF T'OTtT WORTH
STANDA1tDCONSTRUCTION SPECIFIGATION DqCU1vIEN`I'S
Revisian: 8�3�1
OQ7200-� �
GEN�RAI�CON�ITION S
Page 24 oF 63
G. City Substitute RQinzbu�setnent:Costs (savings ar char�es) attrt'butable to accaptance ofa substitute
s�all be incorparated ta the Contracf by Change Ordeir,
H. Tir�te Ex�ensions:No additiona� time will be granted for subst.�tutions.
6.06 Concerning Subcont�actors, Suppliers, and Others
A. Cont��ctor shall per�'orrn with hzs own organization, work of a value not Iess than 35% of the
value embraced on the Contract, unless otl�ez-wise approved by the City.
B. Cantractox shall no� ernplay any ,Subeantz�actor, Supglier, or other indi�vidual or entity, whether
initial�y or as a r�placement, agamst whom City may hav� reasonable object�on. Cantra.ctor shalI
not be required �o enr�p�oy any Subcan�ractor, Supplier, or ather iridividual or entity to fi�rnish ar
perform any �f the Wark against whom Contractor has rea�onable �b�ection {exclud'mg those
aeceptab�e to City as indicated'in Paragraph 6.Q6.C). �
C. The City may from time to tima require tihe use a£ certain Subcontractors, Suppli�xs, or other
'vnd'rvid�aals or entities on the project, anct vvill provide such requiret-�ents in the Supplementa.ry
Conditians.
D. Mano�ity Business Enterprise Compliance: Zt is City poficy to ensure the t'ull and equitable
participation by Minarity Business Enterprises (MBE) in the procurem�nt of goods and services
on a contract�al basis. If the Contract Documents provide for a MBE goal, Contractor is require d
#o camply wifh the intent of the City's MBE Ordinance {as amended) by the followmg:
1, Coniractor shall, upon request by City, pravide cornplete and accurate infarmation regarding
actual work performed by a MBE an the Can�raci and payment therefor.
2. Contractor will noi make additions, de7etions, or sub5titutions of accepted MBE without
written consent of the City. �ny unjus#if'i�d change or deletion shalI be a tx�aterial breach af
Contrac� and may result in debarnnent iti aecordance wzth the praces�ures outIined ita�. the
Ordina.nce.
3. Contractor sha�l, upon request by City, aIlow an audit and/or examir�ation of any books, records,
or files ici the possession of the Contractar that vc�ill substaMtiate the actual work performed by
an MBE. Material misrepre�entation of any nahu�e will be grounds for tez�mination of the
Contract in accordance with Paragraph 15.02..A. Any such misrepresentation may be grounds
for disqualification of Contractor ta bid on fut�rre contracts with t�.e City for a period of
not �ess than thre.e years.
E. Contractor shall be fully responsibl� to City for aIl acts and om�ssions ni the Subcontractors,
Suppliers, and other indi�idUals or entities perFormit�g or furnishing any o� the Wark just as
Contractor is responsible for Cantractor's own acts and omissions, Nothin.g m the Contract
Documents:
CITY�OF FORT WORTH
STtINi]ARDCONSTRUCTION SPECIFICATION DOCUMENTS
Rev'tsion: 8/Z3/�(]21
oa�aoo-i
CE.NERAL CONQITION S
Page 25 of 63
si�all create for the benef� of any such. Subcontractor, Supplier, or other individual or entity
any cont�actual relationship between City and any such Subcontractor, Supplier or other
individual ar entity; nor
2. shall creat� any ohligation on the part of City to pay or to see ta the payment of any mon�ys
due any s�ch Subcontractar, Supplier, or other individual or entity except as may otherwi�e ba
required by Laws and Regulations.
F. Contraetor shall be sole�y responsible for scheduling and caordinating the Work of Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct
or indirect contract with Contz-ac�or.
G. All Subcorrtractors, Suppliers, and such ather indi�iduals or entities pe�farming or fuz�nishing any
of the Worl� sk�all communicate with City tl�rough Contractor.
H. AU Work perfoz�med for Contr�actor by a Subconiractor or Supp�ier r�ill be pursuant to an
appxopriate agreemen.t betwe�n Contractor and the Subcontractor or Supplier which specifically
binds the �ubcantractor or �upplier to the applicable terms and condit�ons of the Coniract
Dacuments for the benef�t of C'tly.
6,07 Wage Rates
A. Duty ta pay Prevailing Wage Rates. The Contractor shall comply with all require�nents of
Chapt�r 2258, Texas Government Code {as amended), including the payment af not less than the
rates determined by �he City Couricil of the City of Fort V4�orth to be the preva�ing wage rates in
accordance with Chapter 2258. Such prevaiIing vvage rates are included in these Contract
Documents.
B. Pe�acrlty fo� Violation. A Contractor or any Subcontractor who daes not pay tlxe preva�ing wage
shaU, upan demand rnade by the City, pay �o the City $60 for each worker employed for each
cal�nciar day or part of the day that t�e wa�ker is paid less t�an the prevailing vvage rates stipulate d
ita these contract docUments'. This p�nalty sha�l be refained by the Ciiy� to offset its ac��ninistrative
costs, pursuant to Texas Government Code 2258.423.
C. Cornplaints of Violations and City Detertnination o,f'Good Cause. On reccipt of ir�.£ormation,
including a complaint �y a wor�Cer, concerning an al�eged violation of 2258.023, 'Texas
Government Code, by a Contractar or Subcont�actor, the City shall a-nake an initial
deter�nznation, before the 31st day after the c�ate the Ciky receives the iraformation, as ta vvhether
good cause exists to believe that the �iolation occurred. The City shall notify in wri�ting the
Contractor ar Su�acon�ractor anci any affected worker of its initial deterrrlination. Upon the Czty's
deterrrmir�ation that there is good cause ta believe the Contractor or Subcontractor k�as violated
Chapter 2258, the City shall retairi the fuil amounts claimed by the c�aima:nt or elaiinants as the
difference betwe�ttwages paid and wages due under the prevailing wa�e rates, such amounts being
s�btracted fram successi�ve pro�rress payments pending a�inal determination of the vialation.
c�rY o� �oxT woxx�
STA1V77ARDCONSTRUCTION SPECIFICATION DOCiTMEiVTS
Revision: 8fL�IZd21
Ob7200-1
G�N�RALCON�ITIONS
Page 26 of 63
D. �4rbi�atao�a Requi�ed if Violation NotResolved. An issu� relating to an aIleged vio�ation of S�ction
2258.023, Texas Government Code, including a penalty owed to the Gity or an affected worker,
shalI �ae subr�itied fd binding arbitra�ion in accordance with the Texas General Arbitra�ion Act
(Article 224 et seq., Rev�sed Statutes) i� the Contractox or Subcantractor and any afiFected worker
does not resolve the issue by agreennentbefar� the 15th day afterthe datethe City makes nts initial
determination pursuant to Paragiraph C above, If tne persons requit`ed to arbitrate under this
section da not agree on an arbitrator beiare the 1 Ith day after the date that arbiit�rration i� required,
a di�trict court shaII appoi�t an arbitratar on the petition of any af fl�e persons. The City is not a
party in the arbi�ration. . The d�cision and award of the arbitrator is final and binding on all parties
and ixiay be �nforced in any court of eompeteni jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, %r a period of three (3)
years following the daie of acceptance af the work, maintain areeords that show (i} the name and
occupation of each worker employed by the Contr�ctot in the construetion of tl�e Work provide d
for in this Contcact; and (u� the actuaI per diem �vages paid ta each wor,ker. Tha records shall be
open at all reasonable hours for inspectzon by the City. The prov�ions of Paragra�h 6,23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each pragress payment or payrall period, whichever is less, fhe
Contractor shall submit an af�da�vit stating that the Contractor has cnmpfied with the requirements
of Chapter 2258, Texas Governrnent Code.
G. Posting of Wage Rates. The Contraetar shall post prevailing wage rates in a c�ns�aicuous place at
al� titnes.
H. Subcant�actar Compliance. The Con�ractor sha1l include in its subcontracts andlor shall
otherwise require all of i�s Subcan�ractors to comply vwi�h Paragraphs A through G above.
6.08 Patent Fees and Royalt�'es
A. Contractor sha11 pay all license fees and royalties and assume all casts incident to the use rn the
performanee of the Work or the incorporaiion irn the Wnrk of any irzventior�, desigm, process;
product, or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specifed in the Contract Doctannents far use ir� the
perFarmance of the Work and i�, to the actual kna�vledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the e�stence of �uch
rights shall be disclosed l�y City in tne Contract Documents. Failure of the City ta disclose such
informat�on does not relieve the Contraciot from its obligatians to pay far the use of said fees ar
royalttes to others.
B. To ihe furlest exterat per�mi�ted by Laws and Regulatiot�s, Contractor shcrl2 ina'e�n� a�ad hold
harmless City, fram and crgains��Il claims�, costs, lasses, and da�nnages (including but not limited
to all fers and charges of engineers, architects, attorneys, and other professionals c�nd all court
or ctrbitration a� other dispute �esolution costs% a�ising out of or r�elating ta any infr�inge�nt of
patent rights or copyrights incidentto the use ira the perforrraance of the Wor1� or resultingfrom
CITY OI FQRT WORTH
STANDAI2DCONSTRtICTION SPSC]FICATI4N DOCUIvTEIVTS
Aevision: 82�/2021
oo�zflo-�
G�NERAL CANQITVON S
page 27 nf 63
the incorparation in the Work of afry invention, a'esign, process, product, oY device notspecified
in the Cont�c�ct Dacun�ents.
6.D9 Permits and Utilities
A. Contractor obtained permits and lacenses. Cantractor shall obtain and pay f�or a11 construction
permits and licenses except those pravided for in the Supplementary Conditions or Contract
Docurnents. City shall assist Contractor, when necessary, ita obtaining such pe�rnits and licenses.
Contractar sha�l pay all gor�erntnental charges and i�spection fee5 necessary for the prasecution of
the Work which are applicable at the time of opening of Bids, ar, if there are no Bids, on the
Effecti�ve Date of the Agreement, except for pexrruts provided by the Ciry as specif�ied in 6.09.B.
Cit}a shall pay a�l charges of utility owners iar connections for provicling pertnanent service to the
Work. �
B. City obtainedperrnitsand licenses. Citywill obtain andpay for ail permits and licenses asprovided
for m the Supplementary Conditions or Contract Documents. It wi�l be the Co�tractar's
responsibilii,y to carry out the pro�isions o� the pern�.i�. If the Contractor initiates changes to the
Contract and the C�ty appro�res the chan�es, the Contractor is responsible ftor obtaining clearan.ces
and coorditiating w�th the appropriate regulatory agency. The City wili. noi reimhurse the
Contraetor for any cosi associated with these reQuirements oi any City acquured per�ni�. The
following are p�rmits the City will obtain if required:
1. Texas Department of Transporta.tian P armits
2. T1.S. Army Corps of Engir�eers Perrnits
3. Texas Commissian on Environznental Quality Perxni�s
�. Ra�road Company Permits
C. Outstandingpe�mits and licenses, The Ciiy anticipates acquisition of andlor access to perrrxrts
and licenses. Any outstanding per�nits and licenses are anticipaied to be acquired ir� accordarace
with the schedule set forth in the Supplementary Conditions. The Project Schedul� sub�nitted by
the Contractor in accardance wzth the Contract Documents rr�ust consider any outstanding pern�ts
and lic.enses. '
6.10 Law�s and Regulations
A. Con�ractor s�all give all notices required by and shall comply vvith all Laws and l�egul�tinns
applicah�e to the perfoz�mance of tbe .Work. Except whare otherwise e�ressly required by
applicable Laws and Regulations, the City shall not be responsible for monztoring Contractor's
compliance wiih any Laws orr Regulatioins.
B. If Contractar performs any Work knawing or hav�ng reason to lrnaw that i� is contrary to Laws ar
Regulations, Contractor shall bear all clauns, costs, iosses, and darna.ges (inc lud'mg but not limite d
to all fees and charges of engineers, azchitects, attorneys, and other professionals and all
CI'fYOFFORT WORTH
STANT7AIiDCDNSTRUCTION SPECIF3CA'I'ION C30CifMENTS
Revision: RI)�C10�1
oa�aoo-f
GENERALCDNpITI0N5
Page 28 of 63
caurt or arb�ration or other dispute resolution costs) arising out of or reiating to such Work.
However, i� sha11 not be Contractor's responsibility to rr�alce c�rtain that the Specrficatians and
Drawings are in accordanee with Laws and Regula�ions, but this shal! not refieve Contractor af
Contractor's obligations under paragraph 3.02.
C. Changes in Laws ar Regulations not Irnown at the time of opening of Bids having an e�fect on
the cost or titne of performance oithe Worlc may be the subjeot Qf an adjustment irx Contract Price
nr Contract Tirn.e.
6.1 I Taxes
A. On a co�tract awarded i�y the City, an organization which qual�'ies %r exemption pursuant to
Texas Taa� Code, Subchapter H, Sectians 1 S 1.301 �335 (as arnended}, the Contractor may purchase,
rent or lease all materiaLs, supplies ana equipment used or consumed it� the per�Foxmance of this
cant�ract by issuing to his supplier an exempfion cei-tificate in lieu of the ta�, said exennption
cert�ificate to compiy with Stata Cannptroller's Ruling .007. Any suck� exemption certificate issued
to the Cont�actor in lieu of the tax snall be subject to and shall coznply with the provision of State
Comptrol�er's Ruling .011, ar�d any other applicable r�alings pertaining to th� Texas Tax Cade,
Subchapter H.
B. Texas Tax perrraits and information rz�ay be obtained from:
1. Cornptroller of Public Accounts
Sal�s Tax Division
Capitol Station
Austin, TX 78711; or
2. ht� Jlwww.window.state.�.usltaxinfo/tazcf'orms/93-forms.htrni
6.12 Use of Site and OtherAreas
� A. Limitaiion on Use of Site rrrad �theN Arecxs.
Cantractor shall canf'�ne cansiruction equi�raeni, the storage of materials and equipment, ana
the operatzons of workers to the Site and other areas permitted by Laws and Regulations, and .
shall not unreasonabIy encurr�ber the S�e anc3 oth�r areas wi�h constiruction equipment ar other
rnaterials or equipment. Cantractor shal� assume fulI respons�biliry for any damage to any such
land ar area, or to the owner or occupant �hereof, or of any adjacent land ar areas resulting
from the performance of the Work.
2. At any time when, in. ihe judgment o�'the City, the Contractor has obstructed or closed or is
cartying on operations in a portion of a street, rigi�t�of-way, or easement �eater than is
necessazy for proper ex�cution of the Work, the Czty may require the Contractor to finish tl�e
section on which aperations are ir� progress before wark is comrrzenced on any additional
area of the Site.
CTI'Y OF FORT WOl2TH
STAI�TDARbCpNSTRUCTION SPECIFICATION DOCLJMINTS
Revision: 8T132021
oo�zao-�
G�iVERAL CANn IT I Oi� 5
Page 29 oi fx3
3. Should any Damage Claim be rriade by any such awner ar occupant because oithe perfarmxnce
of the Wark, Contractor shall promptly attempt to resolve the Dannage Clairn.
4. Pursua�t to Paragraph b.21, Contractor shall indemn�and hold harmless City, from and
aga inst all claims, casts, lasses, and damages a�ising o ut of ar relating to any claim or actio�
legal or equita�le, brought by any such owner or occupant against City.
B. Removal of Debris Dur�ing Perfa�rsra�ce of the i!i"oYk: During the progress of the Work
Contractor sha31 keep t�►e Site ar�d dther areas free from accumulations of waste materials, rubbi�h,
and ot�:er dabris. Remo�al and disposal of such waste materia�s, rubbish, and other debris sl�a�l
conform to applicable Laws and Regul�tions.
C. Site Maintena�ace Cleaning: 24 hours after written notice is g�ven to t�e Contractar that th�
clean-up on the job site is proceednag in a manr�er unsatisfactory to tbe City, �f tlie Contractor fails
to corract the unsatisfactory procedure, the City xnay take such direct action as the City d�ems
apprapriate to correct th� ciea�n-up deficiencies cited to the Contractor in the vvritten notiee
(by letter ar electronic communication), and the costs of such direct action, plus 25 % of such
costs, shall be deducted fram the monies due or ta become due to the Contractor.
D. Final Sile Cleaning: Priorto Final Aceeptance of the Work Contractor shali clean the Site and
the Work and rnake rt ready for uti]i�za�ion by Ciry or adjacentproperry owner. Atthe completion
of the Work Contractar sh.all remove frnm the Si�e all toaLs, appliances, construction equipment
and machinery, and surplus materials and shall rest�re to original conditian or bett�r all property
disturbed by the Worl�.
E. Loading Structures: Contractar shall not load nar per�rut any part of any structure ta be loaded
� any ma�nner that wi� endanger the structure, nor shalI Con�ractor subject ar�y part of t�e Work
or adjacent property ta stresses ar pressures that wi�l endanger it.
6.13 Recnrd Document�s
A. Contractor shall maintain in a safe place atttie S�te or in a p�ace desi.gt�ated by the Contxactor and
appro�ed by tne City, on� (1) xecord copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretatians and clarificatiozas � good order and annotated to
show changes m�ade during eonstruction. T`hese record docurnents together with all appro�ed
Samples and a counterpart of alI accepted Subiruttals will be available to City for reference. Upon
completion of the Wark, these record documents, any operaiio� and main��nance manuals, and
Submittals will be delivered to City prior to Final Inspactinn. Con�ractor sha,ll include accurat�
locations for buried anci itnbedded items.
6.14 Safety and Protecti�n
�. COriLC"dGtQT 5I1aI� � 50�e�y respoz�sible fax �itiating, mainta'vning and supervising all safety
precautions and programs in� connectian vvith the Wark. Such responsibility does not relieve
�ubcontractors of their respons�bility for the safety of persons or property in the perfarnnance of
their work, nor far compliance with applicable safety Laws and R�gula�ions. Coniractor sk�all
CITY OF FOR"f WORTH
STANAAADCDNSTRUCTIDN SPBCIFICATION BOCL3MCNT5
Redtsion: 8231�,021
�07200-1
GENERAL OOND ITION 5
Page 30 of 63
take all necessary precauiions far the safety of, and shall provide the necessary protection to
prevent dannagc, injury or ]nss to,
I. all persons on the Sit� or who may be affected by the Work;
2. a�1 the Wark and materials and equiprnent to he incorporated therein, whether in stoxage on
or off th� Srte; and
3. other property at the ,Site or adjacent thereto, incle�ding trees, shrubs, �awns, walks,
pavements, roadways, structures, utilities, and Undergrour�d �'acilities not designated far
removal, re�ocatzon, or rep]acement in the course of construction.
B. Contractor shall comply vvi�h all appIicable Laws and Regu�ations relating to the safety of
persons or property, or to the protection of persons or praperty from aamage, ir�jury, or Ioss; and
� shall �rect and maintai�n all necessary safeguards �or s�ach safety and protection. Contractor shal�
notify owners oi adjacent properry and af Unaerground Facilities and other utiility owners vvhen
prosecution of the Work may affect thern, and sha.11 cooperate with them in the protection,
removal, r�Iocaiion, and replacement of their properiy.
C. Contractor s�all comply with the applicable reauirements of City's safety programs, if any.
D. Contractor shall inforrn City of the spee�e requirements of Cantractor's safety prograxx�, if any,
with which Crty's employees an.d representatives must comply while at the Site.
E. Au c�amage, injuty, or loss �o any property referred to in Paragraph 6.14.A.2 or 6. J.�.A.3 caused,
directly or indi�ect�y, in whale or in part, by Cantractor, any Subcantractor, Supplier, or any ather
indzvidual or entity directly or indirectl� employed by any of them to par�orm any af the Work,
or anyone for whose aets any of them may be liable, shall be remedied by Cantractor.
F. Contractar's duties and rasponsibiliiies for saf�ty and for pr�tection of �e Work shaIl contiriue
untIl such tim� as all the Wa��k is completed and City nas accepted the Wark.
6.15 Safety Representative
Contraetor shay in.f'orm C�,y in writing of Contractor's designated safety representative at the Si�a.
&.16 Haza�d CommunicationPr�ograms
Contractor shall be responsible for coordinating any exchar�ge of material safety data sheets or otI�ier
hazard caz�amunicatian information required to b� made a�vailable to or exchanged between or among
ernployers in accorclance with La�evs or Re�i�tions.
6,17 Emergencfes and/o� Rectificatian
A. Zn emergencies affecting ihe safety or protection of persons or the Work flr property atthe Site ar
adjacent thereto, Cantractor � obGgated io act to prevent tk�reataned damage, uijury, ar loss.
Contractor shali give City prompt written notice if Contractvr believe� that any significant
CTI'Y OF FORT WORTH
STAIVDARDCOI+FSTRIfCTION SPECIFICATION DOCUIvIENTS
Revision: ft?3/Z021
ao�zoo-�
G�NERALCANdITION S
Page 31 of 63
changes in the Work or variations from the Con�ractDocuments have been causedthereby or are
required as a result thereof. If City determines that a change in the Contract Documents is required
because of the aetion taken by Contractor in response to such an etnergency, a Change Order rnay
be issued.
B. Shouid the Contractor fai.l to respond to a request froirrz the Ciiy to rectify any discrepancies,
am�ss�ons, or correction necessary to con%rm wi�h the requirements af the Contract IIocuments,
the City shall g�ve the Contractor writteza notioe that such work or changes are to be perfozmed.
The written notice shall daeci attention to the discrepant condition and request tlle Contractor to
take rern�dial action to correct the candi�ion. In the event the Contractor does not take pasitive
steps to fu1f��11 this writien xequest, ar does not s�aw just cause for not taking the proper action,
withiri 24 hours, the City may take such remedial action with Czty forces or by contract. Tl�e City
shal! d�duct an amount equal ta the entire casts far such remedial action, plus 25%, from any
funds due or become due the Contractor on t�ie Project.
6.18 Submittals
A. Con�xactor shall submit required Submittals to City for re�view and accepta.nce in accordance
rvith the accepted Schedule of Submiitals {as required by Paragraph 2A7). Each submittal wi�l be
zdentified as City rnay require.
1. Submit number of copies specif'ied iri the General Requirements.
�,. Data sho�vn on the Submittals w�l be complete with respectta quarni�ies, diz�ensions, sgecif'ied
performance a�ad design cr�eria, materials, a�d sirnilar data to show City the services,
materia�s, and equipment Contractor proposes to provide and to enable City ta review the
in,f'ormation far the ]mr�ted purposes r�quired by Paragraph 6.18.C.
3, 5ubmittals subznitted as herein provided by Contractor and re�iewed by Ciry for
canformance with tha design cancept sha1l be. executed in confor�nit� with the Contract
Documents unless otlaerwise required by City.
4. When Subtnitta�s are subrniti�d far the purpose af shawu�g the installation � greater detail,
th�ir review shall not e�cuse Con�ractor from requirements shown on the Dravvings and
Specif"ications. ,
5. Far-I�ormation-On1y submittal� upon which. the City is not expectad to conciuct re�iew or
take responsive action may be so identified in the Contract Docume�.�s.
6. Subxnii requzred number af Samples specif'ied in the Speci�cations.
7. Clearly idcntify each Saz�nple as to nnaterial, Supplier, pertin�nt data such as catalog numbers,
the use for which intcnded and other data as City may req��re to enable Ciry to review the
submiital £ar the 1im.ited purposes requu�ed by Paragraph 6.18.�C.
C1TY OF FORT WORTH
STANDAIiT?CONSTRi3CT[ON SPECIFICATION DOCUNI�N`I'S
Revision: &�1�21
00720U-1
GENEF�ALCpNpITION 5
Page 32 oi 63
B. Where a Submzttal is required by the Con�ract Documents ar the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal w� be
at tne sale e�pense and responsi6ility o� Cantractor.
C. City's Review:
1. City vvill ptovide timely review af requirad Submittals ira accordance with t�e �chedule of
Submittals acceptable to Crty. Ci�fy's review anc! acceptance wilI be only to determ�ne if t�e
�tems covered by the subtnittals wil1, after installation or meorporation in the Work, confortn
to the information given in the CantractDocuments and be compatible with the design concept
of the completed Project as a�netionirxg whole as indicated by the Contract Document�.
2. City's review and acceptance will not extend to means, rr�ethods, techniques, sequences, or
procedures af construction (except where a particular zneans, methoc�, techraique, sequenee,
or 'procedure of canstruction �s specificalIy and expressly caIled far by the Contract
Documents) or to safetyprecautions or programs incident thereto. The review and acceptance
of a separate rtem as such will not indieate approval of the assembly in vahich the item
funciions. '
3. City's ceview and aeceptance shall noi relieve Contiractor frazxi responsibiliiy for any
variation firom the requirements of the Cantract Docuznents unless Contractor has complied
with the requirements of Section OI 33 00 and City has given written acceptance of each
such variat�on by speCitic written nofation tk�erea:f incorporated in ax accompanying the
Subrxizttal. City's re�ie� arzd acceptance shalI not relieve Contractor from respansibility for
cazxzplying wrth the requirernents of the Contract Documents.
6.19 Co�atinuingthe YYork
Excepi as atherwise provided, Contractor shall caz-ry on the Work and adhera to the Project Schedule
d�.�r'ing alI di�putes or disagreernents with City. No Worl� shall be defayed or postponed pending
resolutian of any disputes or disagreements, excep� as City and Contractor r�a� otl�erwise agree in
writing.
�
6.20 Contractor s Ge�eral Warra�aty and Gua�antee
A. Contractor warrants and guaranfiees to City that al[ Work will be �n accordance with the Cont�act
� Doc�.unents and will not be defective. Czty and its officers, dir�ciors, nnembers, partners,
ernployees, agents, consultants, and subcontractars shall be entrtled to rely on representation of
Contractor's warranty and g�aarantee.
B. Cantractor's warranty and guarantee kzereunder excIudes defects ar damage caused by:
I. abuse, modi�'ication, or itnproper mainte�ance ar operation by persons other than Can�ractor,
Subconiractors, Suppliers, ar any other �ndi�idual ar entity for whom Contractor i�
responsible; or
CITYOF FORT WORTH
STANTJARDCONSTRUCT[ON SPECIFICATION DOCi1MEhiTS
Revision: &�37m2]
oa �� ao - i
�EN�FtALCONDITIONS
Pege 33 af 53
2. norrna� wear and t�ar under normal �sage.
G Can�ractor's obligation to pe�f'orm and cornplete the Work in accardance with the Contract
Dacurnen�s shal� be absolute. Nane of the follawing wil! constitute an acceptance of Work that is
not in accordance with t�e Cont�ract Dacuments or a release of Contractor's obligation to perform
the Work in aceardance rwith the Contract Documents:
1, observations by City;
2. recommendation or payment by City of.any progress or �'mal payment;
the issuance of a ce�tif"icate af �iu�al Accaptance by City or any paynnent related thereto by
City;
,4. use ar occupancy of the Woxk or any part thereof by Ciry;
5, any review and acceptance of a Submittal by City;
6. any �spectian, test, or approval by others; o:r
7. any corr�ection of defective Work by Cit�y.
D. The Cantractar shall remedy any defeGts or damages in tbe Work and pay for any damage to
ather wark or property result�g �herefrorn which shall appear with.ird a period of t�vo (2) years
from the date of Final Acceptance ofthe Work un�ess a longer period �s specified and shaIl fuxnis�
a good and sufficient maintenance bond, complying u�rth the reyuire�nents of Article
5.02.B. Th� City will giiv� notice ofobserved defects with reasonable gromptness.
6.21 Indernnification
A. CQntractor covenants and agrees to indemnify, hold harmless and c�efend, at its own
exp�n�se,the CiLy, its offc�rs, servants and �mployees,from and againstany and all claims
arisii►g out o� or alleged to arise out of, the work a�d services to be performed by the
ContiYactor, its officers, agents, empIoyees, subcontractors, �license� or invitees �rnder thi�
Contract. 7
T_
B
PART EY N AC'T OMISSInN nR NE(� .T TF.NC".F nF T E CITY. This indemnity
pravision is intended ta include, �ithou� limitation, indemnity iar costs, egpEnses and legal
fees inc.ur�-ed by the City i�n defending against s.uch claims and canses of actions.
B. Contrac�orcovenantsandagrees to indemnifyand hold harmless,atifs ownexpense,the City,
its offcers, servants a�►d emplayees, irom and against any and all loss, damage or destruct�an
of properrfy ofthe City, arising out of, or alleged to arise out of, t�►e work and services to be
perfarmed by the Cnntractor, its officers, age�ts, �mgloyees, subcontractors, iicensees or
invitees under t�is Contract.
CITY OT' FORT WORTH
STA3�fDARDCONSTRUCI'ION SPEC[FICAT{dN DOCiJMENTS
Revision: 8��la021
D�7200-1
G�NERAL C4N�ITION S
Page 34 of 63
'__ r ►�_ 1_! i' :a �_► 1:_ I I
-- � �: �_:� � ►-_�= _ �t �►�_ � .-�=►��----� �.- �_�._r_
■/_�_. _�_ �I�._i �:—►—''' : ._� �1/_ �► �:
► + . --
6,22 Delegation of PNofessional Design Servfces
A. Contractor will nat be required to provide prafessional design services �.uiless sueh services are
specifically required by th� Contract Documen.ts for a portion of tb.e Work ar unless such ser�ices
ar� required to carry out Contractor's responsibilitias for construction means, methods, techniques,
sequences and procedures. ,
B. If pro�essionaI d�si�m services or certifications by a design professional rrel�ted to systems,
materials or equipment are specificauy required of Cantraciar by the Contract Documents, Czty
wilI specify all perfoz-mance and design crzteria that such services must satisfy. Contractor shalI
cause such services ar certi�cations to be provid�d by a properfy licensed professional, vvhose
signature and seal shall appear on alI drawings, calculations, specifications, certifications, and
Subrt�itia�s prepared by such professional. Submittals re�ated to �tf�e Work designed ar certified by
such professional, if prepared by others, shall bear such professional's written approval when
submi�ed to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness af th.e services,
certifications or approvals perfaz�n:�ed by such design profes�ionals, provided City has specifed
to Cantractor performance and design criteria that such sezvices m�st satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptanee of design calculatians and design
drawings will be only far the limited purpose af checking far conform.ance with per%rrna�ce and
design crileria grven and th� design cancept expressed in the ContractDocuments. Czty's revievv
and acceptance of Subrnittals (except design caIcuI�fiions and design drawings) will be only for
the purpose statad in Paragraph b.1$.C.
b.23 Right to Audii
A. The Con�'actor agrees that the City shall, until the exptration of three (3) yeaxs after #"au�al
payment under this Coniract, hav� access to and t�e right fio examiae and photocopy any directly
pertinent books, documen�s, papers, and records of ihe Cantractor in�vol�ring transactions relating
to this Contract. Contractor agrees that t�e City shall have accass during Regular Warlc�g Hours
ta aIl ne�essary Gontractox faciLities and shall be provided adequate and appropriate work space
in order to conduc# audits in compliance with the provisions of this �'aragraph. The City shall
gi�re Cantractor reasonable advance notice of intended audits.
B. Contractor fi�ither agrees to include in all its subcontracts hereunder a provision to �he effect that
the subcantractor agrees that the Ciry shall, until tha expiration of three (3) years after final
payment under this Contraet, have access ta and the right io examine and photocopy any directly
pertinent books, docu,ments, pa�ers, and records of such Subcontractar, involving transactiozas to
the subcontract, and further, that City sk�all have access during Regular Wnridng Hours to all
CITY OF FORT WORTfi
STANDARDCONSTRIICTIQN SP&CIFICATION nOCi.Th�IENTB
Revisian: 81I312d11
oo�zoa-�
GENERAL CAN�ITION S
Page 35 of 63
Subcontraetor facilities, and shall be pravided adequate and appropriate work spac� iti order to
conduct audits in compliance with the provisions of tivs Pacagraph. The City shall give
Subcontractor reasonable advance notice af �ntended audits.
C. Cont�actor az}d Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contraetor for the cost of t�e capies as follows at the rate pu�lished
in the Texas Adminis�rative Cade in effect as of the time copying is performed.
6.2�4 Nondiscriminaiion
A. The City is responsible for n�eratizig Public Transportation Pragrams and unplemen�ing transzt-
rela.ted pro3�cts, vvhich are funded in part with. Federal financial assistance awarded by the U.S.
Depariment of Transportation and the Federal , Transz� Administration (FTA}, without
di�criminatirig against any person in ttie United Siates on the basis of,race, color, or natianal origin.
�
B. Title V� Civii RightsAct of 1964 as amended: Conteactor sha�l comply with the requi�ements of
tk�e Act and the Regulations as fut�h�r defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT THE SITE
7.a1 Relateci Work atSite
A. Ciry may perFor�n other wor�C relat�d to the Pro3ect at the Sita wi�h Ci�ty's employees, ar other
City contractors, ar throu�h ather direct contracts tkierefor, or have other wor� performed by utility
owners. If such other vvorl� i� not noted in ihe Contract Documents, then writtan notice ihereof
wiU be given to Contractor prior ta starting any such other work; and
B. Contractor s�all afford each other c4nt�actor whn is a party to suc�i a direct cantract, eachutiiity
owner, and Gity, ��ity is perfarming other 'v�ax�C with City's ernployees or ather Ciry con�ractors,
proper and safe access to the Site, provide a reasonable apportunity for the introduction and storage
af materials and equipnnent and the execirtion of such other work, and �roperly coordinate t�ie
Work witI� the.irs. Cantractor shall do all cutting, f�tting, and patch�g of the Work tk�at rnay be
required ta pr�perly connect or otherwrse make its several parts come tagether and properly
mtegrate wzth such other wark. Contractor shall not endanger any work of o�hers by cutting,
`excavating, ar oth�rwise altering such work, provided, hor�evex, that Contractor may cut or alter
others" work r�ith the vvritten consent of City and the others,whose work will be affected.
C. If the proper execution or results of any part of Contractor's �Vork depends upan w�rk per%rmed
lry others under this Article 7, Contractor shall it�spect such other work and prompt� report to
City in writing any delays, defects, flr deficiencies in such ather work that rendar it una�ailable
or unsuitable far the proper execution and results of Contraator's VVoxk, Contractor's Faihzre to so
report will constiitute an acceptanee of such other work as f� and proper for integra�ion with
Con.tractor's Work except far �atent defec�s in the work provided by others.
e��rY o� Fox�r wo��cx
STANDARI7C�N5"fRUCTiON SPECIFICATIbN DOCLINI�NTS
Revision: RIZ3/�l
�
7.�2 COOYL2'IY2Cif10]`l
007�.00-i
GENERAL fiANoITION 5
I'age 35 of 63
A. I� City intends to can�t�ract witl�t athers for fhe p�rfortnance o� o�er work on the Praject at t$e
Site, tlze �ollowing wili be set forth in Supplementa.ry Conditions:
I. the ir�divirlual or entity who �rill have autl�ority and responsrbility for coardination af the
activities among the varzous contractors r�rill be ident�ed;
Z, the specific matters to be covered 6y such authorit� and respans�bility will be it�mized; and
3, the e�ent of sueh authority and respons�i�ities will be provided.
B. Unless other�vise provid�d in the Supplementary Condrtions, Cfiy shall have authority far such
eoordi�ation.
ARTXCLE 8 — CITY'S RE�PONSIBILITI�S
8.Q1 Communications to Contractor
Except as othexwise provicled in the Supplementary Conditions, City shall issue aIl comznunications
to Contractor.
8,02 Furrttsh Data
City shall timely furnish the data required under the Gontract Documents.
8.03 Pay When Due
City shaI� make pa�ments to Contractor in accordance with Article 14.
$.04 Lands ancl Er�sements; Repo�ts and Tests
City's duties with respect to providing lands and easements and prnviding engineerin� sur�,eys to
esta,blisl� reference points are set forth in Paragraphs 4.01 ana 4.05. Paragraph 4,02 refers tb City's
idantifying and making avai�ab�e ta Contractor capies of reports of exploratians and tests of subsurface
conditions and drawings of physical conditions relating to existing suxf'ace Qr subsurfacs structures at
or contig2taus to iha Si�e that have been utilizad by City in preparing the Contract Documents.
S,OS Change 4rders
City shaJl ex�cute Change Orders in accorc�ance with Paragraph ZQ.03.
S,Q6 Inspections, Tests, andAppNovcrls
City's responsbility with z�espect to certain inspections, tests, and approvals is set farth in Para�aph
13.Q3.
CIT�OF FORT WORTH
STP.NDARDCON3TRUCTION SPECIF'ICATION DOCUIvIENT5
Rer+i s i a h: 8113/I(7Z ]
00�200-�
G��lERAI�C�N41TlON 5
Page 37 of 63
8.07 Lir�riiations on Gity's Responsibilities
A. The Ciry shall not super�+ise, direct, or have control or autharity over, nor be r�sponsble for,
Contractox's rneans, mathods, fiechniques, sequences, ar procedures of canstruction, or the safety
preca�xtions and prog7rarr�s incident tl3ereto, or far any failure of Contractor to comply vvith Laws
and Regu�ations applicable to the performance o� the Work. City wi� not be responsihle for
Contractor's failure ta perform the Woric in accordance wit� the Contract Documents.
B, Ci�ty will notify the Contt�actor of applicable safety plans pUrsuant to Paragraph 6.1�.
8.Q8 Undisclosed Hr�zardous Envaronmental Conditian
Ciry's responsibiliry wi�th respect tn an undi�ciosed Hazardous Enviranmental Cond�tion is set forth
in Paxagraph 4.bb.
8.09 Compliance wit�i Safety Program
Wh�e at the Site, City's employees and representati�es sha]I comply wrth the specific app�icable
requirements of Contractor's safety programs of vcrY►ich C�ity has been ir�ortned pursuani to
�aragraph 6.14.
A,RTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTXON
9.01 City's �'rojectManager
City wilJ, provide one or mora Project Manager(s) during the canstruction period. The duties and
responsibilities and the l�nitatzons of authoriry of Ciry's Project Manager during cons�ructian are set
iarth in th� Cont�act Doeuments. The Ciry's Project Manager for this Contract is identif'ied u� the
Supplementary Conditions.
9.02 Vasits to Site
A. City's Project Manag�r will nnake v�sits to t�e Site at intervals appropriate to the various stages
of corastruction as Ciry deems necessary in order to observe the progress that has been made anci
the qualily aF the various aspects of Gontractor's executed Work. Based on information
obta.in�d �dux�g such v�its ,and obsezvations, C�y's Project Managa}� wi� determir�e, in general, if
the Work is proeeed�ng in accarcianc� wi�h the Contract Documen�s. City's Project Manager will
not be required to make exhaustive or continuaus i�aspections on the Site to cheek the quality or
quantity of the Wark. City's Pro�ect Manager's efforts w�l be directed toward pro�id�g City a
greater degree af con£'idence tkzat the carnpleted Worl� wiil con£orm generally io the Coz�tract
Docurr�ents.
B. Ci�t�'s Project Manager's �isits and abservations are sub�ect ta all the limitations on autharity and
respans�il�ty in tlze Contraci Docuznents includitig thns� set forth in Paragraph
s.a�.
CTI'X OF FORT VJORTF�
STAND.4RDCONSTR11CT10N SPECIFiGATTON DOCU3VIENTS
Aevision: &23C�D21
oo�rzoo-�
GEN�RAL CANnI710.N 5
Page 38 of 63
9.Q3 Authorized Pcrriaiions in WoYk
City's Project �IFlanager may authorize rri'rnor variatians in the Work from the requirements of the
Contract Documents which e!o not irivolve an adjusttx�ent in the Contract Price ar the Coniract Ticne
and are campat�ble with. tha design concept af the aompleied Praject as a functionin�g whole as
indicated by the Contract Documents. TY�ese may he aecampIzshed by a FieId Order and wi�ll ba
binding on City and also on Contractor, who sl�all perForn�. the Work irivolved promptly.
9.a4 RejectingDef�ctive Work
City wi� �iave authority to reje�ct Wark which Ciry's Project Manager believes to be d�fective, or v�ii1
noi produce a cozn�leted Project that confoz�ms to the Contract Doc�.uxzen�s or that will prejudice the
integz'ity oi the desigrl eoncapt af the completed Project as a funct�oning whole as indicai�d by the
Con.t�•act Dacumen�s. City will hav� authority ta eonduct special inspection or iest�g of the Work as
provided it� Ariicle I3, wf�etk�er or nat the Work is fabricated, u�stalled, or completed.
9.05 Determincrtiortsfor�WorkPerformed
Contractor will determine the actual quanfzties and c�assifications of Work perfarmed. City's Praject
Manager r�ill revicw with Contractor the prelimmazy deterzninations on such rz�t�ers befora rendering
a written recornmendation. City's written decision vvill be fma2 (except as modified to reflect changed
factual conditians or more accurate data).
9.Ob De.casions on Require�nents of Gontract Documents and Acceptabrlity of Work
A. City wi]I be ti�e initial interpreter of the requirements of the Contract Documents and judge of �he
accaptability of the Work thereunder.
B. Ci�y will render a written deci�ion on any issue referred.
G Gity's written decision on tha issue re�errec�vvii� be final and binding on the Contractor, subject
to the provisians of Paragraph I0.06.
ART�CLE 1Q — C13ANGES IN THE WORK; CLAIM�; EXTRA WORK
IO.OI 14uthoriaed Chartges in ihe YYork
A. Without invaIidating the Contract and without notice to any surety, Crty may, at any 'tune or fram
tirne to time, order Extra Work. Upon notice of such Extra Work, Contractar sl�ll promptly
�roceed �vith the Wark invol�ed which will be performed �ander the appIicable conditions o� the
Cont�ract Documents {except as otherwise specifically provided). E�#ra Wark shall be
memorialized by a Change Order wh�ich rna.y ar may not pr�cede an order af E�ra work.
B. For minor changes af Work nat requiring changes to Contract Time ar Cnntract Price, a FieId
Order nnay be issued by the City.
CITYOF FOT2T WORTH
5TAZVDP,RDCOM9T&UCTIDN SPECIFICAT[ON DdCUMEiVTS
Re�ci sion: 8I?3�21
40�'200-1
GENERALfiAN�ITION S
Fage 39 of 63
10.02 Unautho�ized Changes in the Wor�k
Contractar shall not be enti�ied to an increase in tk�e Contraot Price or an extensian of the Coniiract
Time with respect ta any work performed that is not required by the Contract Documents as arnended,
modif'ied, or supplemented as provided in Paragraph 3.Q4, except ir► the case of an �mergency as
provid�d in Paragraph 6.17.
1fl.03 F,�cecutaan ofChang� Orders
A. City and Contxacior shall execute appropriate Change Orders cavering:
l. chan.ges in the Work w�ich are: (i) ordered by Ciry pursUant to Paragraph i0.O1.A, {u'} requice d
because af acceptance of de%ctive Work under Paxagraph 13.08 or City's correction of
defective Work under Paragraph 13.09, or {iu} agreed to by the parties;
2, changes in the Cantrac� Price ar Contract Tune which are ag�reed to by the parties, including
any Undisputad suan or amount of time for V4'ork actually performed.
10A4 Extra Work
A. Should a difference ar�se as to what does or does r�ot cons��tute Extra Work, or as �a th� payrnent
thereof, andt�e City msists upon its performance,the Contractor sh.all proceedwi�h the workafter
makang vvritten request for wr�tten arders and shall keep accura�e account of the actual reasanable
cost thereo£ Coniract Claims regard'mg Extra Work shall b� rnade pursuant to Paragra�h 10.06.
B. The Contractor shall furnish the City such installation records of all deviations frorn th� original
Contract Docurnen#s as rnay be necessary to enable the Cit� to prepa:re for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Wark whether ar not init�ated by a Change O:rder shalI
be a full, complete and final paymant for all cosis Contractor ineucs as a result or relating to the
change or Exixa Work, whether said costs are lrnovsm, unknown, foreseen or unforeseen at that
time, including without lirnita�ion, any costs for delay, e��nded overhead, ripple or nnpact cast,
or any otb.er effect on changed ar unchanged work as a result of the change or Extra Work.
I0.05 Notifrcatian to Surety
Ifthe provisions of any bond requ�re notice to be given to a surety of any chan.ge affectirlgthe general
sco�e of the Wark or the provisions of the Contract Documents {including, but not limited to,
Cantract Price ox Cantract Time), fhe giving af arry such natice will be Cantractor's responsbiiity.
The amount of each applicable bond wiil be adjusted by the Contracior ta reflect the efFect of any
such change.
CITY OF FORT WORTH
gTA1YDAItDCQNSTRUCTIO�f SPEGIPECATIQH DOCUiv1E1V'['S
Revision: 8173L�Q21
oa�aoo-�
GENEF3AL CONDIT IO�J S
Page 4Q vf 63
10.06 Cont�act Claims Pro cess
A. City's Decisaon RequiYed: AlI Contract Claims, except those wai�ed purseaa.nt to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall b� required as a canditian
precedent to any exercis� by Contraetor of any rights or remedxes he may otherwise Y�ave under
the Cantract Documen�s or by Laws and Regulations ul respect of such Contraci Claims.
B. Natice:
1. Written notice stating the general nature of each Contract C�aim shall be delivered la� the
Contt�actor to City no later than 15 days after the sfart of tha event giving rise thereto. The
raspons�bility to substantiate a Cantract Clairn sha1l rest with the party nnaking the Contraet
Claim..
2. Notice o� the amaunt or e�t�nt of the Cont7ract Clairn, witI� supporting data s1�aI� be de�ivered
ta th� City on ar befare 45 days from tk�e start af the event giving rise thereto (unless the City
allows addi�ianal titne for Contractor ta subm�t additional or more aceurate data in support of
such Coritract CIaim}.
3. A Contract Claim for an adjustnr�ent in Contract Price s1�all be prepared �n accordance with
the pro�isior�s of Paragraph 12.01.
4. A Cantract C1aim for an adjustment itx Contract Time shall bc prepare�l in accordance tivith
the praviszans r�f Paragraph �2.02.
5. Eaeb Contract Claim shall be accompanied by Cont�actor's written statement tk�at the
adjustment elaiimed is the enti�e adjustrnent to vvhich the Contxactar believes i� is entitlad as a
resuIt af said event.
6. The City shall subm�it any response to the Carztractor wrthin 30 days after receipt of the
claimant's last submitt�l {2,u�less Cantract allaws additional time).
C. City's�lction: City will review each Contract Claam and, within 30 days after rec�ipt of the �st
subrnit-tal of the Contractar, zf any, take one of the. foIIowir�g actions in vvriting:
1. deny the Gont�ra�ct Clairzi in wlia�e or in part;
2. approve the Coniract Claim; or
3. notify the Contractor that the City is unable to resoIve the Contz•act Clairn if, in the City's
sole discretion, it vvould be, inappropriate for the City to do so. For purposes of further
resoIution of the Contract Claimi, such notice shall be deemed a d�nial.
CITY OF FORT WORTH
5TAI�IDARDCONSTRUCT[ON SPECIFICATIOM DOCiJMENTS
Revision: 8rJ3f202I
oo�aoo-�
Cs�NERAL (71NDITIQN 5
Page A1 of 63
D. City's wr�en action under Paragcaph 10.06.0 wiIl be fina! and binding, un�ess City ar
Cantractor invoke �the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denia�.
�. No Contract Claim for an adjustment in Contxact Price or Contract Tune will be valid if' not
submitted in accardance with this Paragraph 10.06.
ARTICLE I1— COST OF THE WORK; ALLOWANCES; UI�IIT PRICE WORK; PLANS
QUANTXTY MEASUREMENT
11.Q1 Costofthe �ork
A. Costslnclud�d: Tfne term Cost oithe �INork means the sum of all costs, except those excluded in
Paragraph 11.O1.B, necessarily incurred and paid by Contiractor in the proper performanca of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractorwill be oniy those additional ox iricr�menial costs required because ofthe change ini the
Work. Such casts shall not includs any of the costs itemized in Paragraph 11.O�..B, and shall
include but na� be limited to �he fol�owing i�ems:
1. Payroll costs for employees in the direct employ of Contractar in th� performance of the
Work under scl�edules of jab clas�if'zcations agreed upnn by City and Contractor. Such
employe�s sha�l include, withaut limitation, superintendents, farerr�en, and othex personnel
employed fuIl time on the Work. Payroll eosts for employees not employed full tic-ne on the
Work shal� be apportioned on the basis of their titne spent on the Work. Payrall costs shaij
include;
a. salaries vvith a 5S% markup, or
b. salaries and wages plus the cost of iringe benefrts, which shaIl include social security
contrbutions, unemployrnent, .excise, and payroll taxes, workers' compensation, healk�a�
and retir�rnent benefi�s, borzuses, sick leave, vacation and holiday pay applicable th�reto. .
The expenses of per%rming �Work outside of Regula�r Working Hours, Weekend
Working Hours, or legai hnlidays, sk�a.11 be included in the above to tne extent authorized
by City.
2. Cost of a� materials and equipment furnished and incorporated in �he Work, including casts
of kransportation and sto�rage thereaf, and Suppli.ers' �'ield sezvices requiz�ed in connection
therewith.
Rental� of all constructzon equ�pment and mach�nery, and the parts thereaf whether rented
from Contractor ar oihers in accordance with rental agreernents approved by Ciry; and the
costs of transportation, load'zn:g, wnloadin�g, assembly, dismantling, and removal thereof. All
such casts shall be in accordance with the tez-�ns of said rentaI agreements. The rental of any
such equipment, machi�ery, or pa�ts shall cease when the use thereof is no longer necessary
for the Work.
CITY O� FO12i WOATH
STANDARDC41�5TRUCTION SPECIFICATIflN DOCUMENTS
Revisio�; 8�Zii1421
007200-[
GENERAL CONd ITION 5
Page 42 of 63
4. Payrnents made by Contractor to Subcon�ractors for Work performed by S�bcontractors. If
required by City, Contractor shalI obtain comp�t�ive bids from subcontractors acceptable io
City and Contractor and shall deliver such bids ta City, who will then determine, which bids,
i� any, w�I be aceeptable. If any subcontract provides that the Su6contractor �s to be paid on
the basis of Cost af tk�e Wark plus a fe�, the �ubcon�ractar's Cost of the Work and fee shal�
be determined in the same ma�aner as Contractor's Cost of the Work and fee as provided in
fhis Paragraph 11.OI.
5. Costs of special consultants {including but nat Iirx�ed to engineers, architects, testuag
laboratories, surv�yors, attorneys, and accountant5) employed for services spec�ica�ly re�ated
to the Work.
b. Supp�;menta� costs includirtg the folIowu�g;
a. The praportion oF necessar� transparta.tion, tx�a�el, and subsistence exp�nses af
Cont�actor's ernployees incurred in discharge of duties connected witk� tk�e Work,
b. Cost, including �ransportation and maintenance, of aJ� materials, supplies, equipment,
m.achin�ry, appliances, office, and ternporary facilities at the Site, and hand fools not
owned by the work�rs, which ar� consumed in the perFortnance of the Work, and cos�, less
market �alue, of such items used but not cansumed wluch rernain the property of
Contractor.
c. Sales, consumer, �s�, and other similar taxes re�ated to the Work, and for which
Contraator is liable not cavered under �aragraph 6.11, as imposed by Laws and
Regulatians.
d. Deposits lost For causes otlier than negligence of Coniractor, any Subcontractor, or
anyone directly or indirectly emplayed by any of them or for whos� acts a�y af them may
he Iiab�e, and royahy payments and fe�s for permits and lieenses.
e. Losses and damages (and related expenses} caused by aamage to the Work, not
compensated by insurance or oth�rwrse, sustained by Contractoz zn connection with the
performance of the Wark, provided such Iosses and damages k�ave r�sul�ed fram causes
other than the n�gligence of Contra�tor, any Sut�contractor, ar anyone directly or indirectly
empioyed by any of thein or for whose acts any oFthem rnay be liable. Such Iosses shall
i�elude settlements made with the written consent and approval of City. No such losses,
damage�, and expenses shall b� ineluded in the Cost of the Work for the purpose ot'
determiri.ing Contractor's fee.
£ The cost of utiI�ies, fuel, and sanrtary facilities at the Si�e.
g. Mit�ar expenses such as telegrams, long distance telephone calls, telephone and
communication. �ervices at the Site, expxess and courier services, and similar petty cash
items in con.nection with fhe Work.
CITYOF F4RT WORTH
STANDARpC�MSTRi1CTLON SPSC[FICATI�N DOCUMEHTS
Aevision: �23/1Q21
oo�zoo-�
G�NERALOONpITIONS
Page 43 of 63
h. The costs of premiur�as iar all bonds and insu�rance Contractor is required by the Contract
Dacuments t� purchase andmau�tain.
B. Costs Excluded: The tern:i Cost of the Work shal! not include any of the fo�lowing items:
1, Payrol� costs and other compensation of Contractor's officers, executives, principa�s (of
partnerships and sole proprietorships), general n3anagers, �afety managers, engineers,.
archiiects, estimators, attorr�eys, auditors, accountants, purchasing and contracting agents,
e�pedrters, tir�:aekeepers, clarics, and other personnel employed by Contractor, whether at the
Site or in Cantractor's principal or branch office for general aclministration of the Work and
not spec�fically rncluded in Yhe agreed upon sc�edule of job classi�'ications referred to in
Paragraph 11.O1.A.1 or specificalty cover�d by Paragraph 11.01.A.�, all of which are to be
considererl admin�strame costs covered by �he Contractor's fee.
2. E�penses of Contractor's prmcipal and branch of�'ices ather than Contractor's offce at the
Site.
3. Any Qart of Contractor's capital expenses, includirig interest on Contractor's capifal
employed for the Work and charges against Contractor �or delinquent payments.
4. Costs due to the negJ�gence of Contractor, any Subcantractor, ar anyone directly or indirectIy
employ�d by any of t4�.em or for r�+hose acts any of them rnay be ]iable, incluc�g but not
limited to, the correction af defective Work, disposal of materi�ls or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or gen.eral expense costs of any ksnd.
C. Con2�acior's Fee: When all the Wor�C is perfarmed on the basis af cost-plus, Contractor's fee
shall be deterxr�med as set forth in the Agreement. When tk�e value of any Work covered b� a
Change Order for an ad�ustment in Contract �Price is deternained on tlne basis of Cost o� the
Wark, Contractor's fee shall be detez�n�ed as set forth in Paragraph 12.01.C.
D. Dacumentation: Whenever the Cnst of tk�e Wark.far any purpos� is to be determ�ed pu�'suant to
Paragraphs 11.Q1.A and 11.01.B, Contractor rn+ill establish and maintain records �hereof in
accordance with generally accepted accaunting practices and subzxiit in a form acceptable to City
an i�emized cost breakdown together with support�g data.
11.02 Allowances
A. SpecifiedAllowance: It is understood that Contractor h�.s included in the Cantract Price ali
a3lowances sa named in the Contract Documents and shall cause the Work so covered to be
perfoz-med for sueh sums a�xd by such persoms or entrties as may be acceptable to City.
B. Pre�bidAllo�rcrnces:
1. Contractor agrees that:
C11'Y OP FORT WORTH
STANDARDCONSTRUCTIOIV SPECIFICA7'IOIV DOCi1N[ENTS
Revisipn: 8/Z�/L(T2i
oo�zo.o-i
G�NERAL C4NplTION S
Page 44 of 63
a. the pre-bid allowances include the eost to Cantracfinr of m�terials anc� equipment required
by the allowance� to be deliverec� at the Si�e, and ay applicable taxes; and
6. Contractar's costs for unloadin� and handling an the Site, labor, installation, averhead,
prafrt, and o�er e�enses contemplated for the pre-bid al�owances have been includad in
the al�owances, and no demand fbr additional paym.ent on account of any of the
%regoing will be valid.
C. ConiingencyAllowance: Contractor agrees thata eontingency allowance, if any, is for the sole use
af City.
D. Prior to fmal payment, an appropriate Change Order wi11 be issued to reflect achtal announts due
Cantractor on account of Work covered by allowances, and th� Contrac� Price shaIl 6e
corres�ondingly adjusted.
I1.03 UnitPrace 17York
�.. Where the Contract Documents provzde that all or part of �he Work is to be Unit Prtce Wark.
inifially the Contract Price wi� be deem�c! to rnclude for all Unit Price Work an amaunt equal to
the sum af tk�e unit price for each separately identifiea ztem af Unit Price Work times the estimated
quantity of each �tem as indicated in the Agreement,
B, The estitxiated quan,tities of ztems oi Ut�it Price '�ork are nat gua�anteed ancl are saIely far the
purpose of comparison af Bids and deternvning an inrtiaZ Contract �rica. Detern�nations of the
actual quantities and classifications af Unit Price Wark performed by Contractor �vvill be made by
City subje�t to the provision� of Paragraph 9.05.
C. Each utut price wxll be deemed to inelude an amount considered by Cot�tractor to be ad�quate to
cov�r Contractor's overhead and profit for each separately identified item. Work described i.n the
Contraet Documents, or reasonably inf'erred as required �or a functionally connplete installation,
but not identified m the listing of unit pric� ite� shall be considered incidental to uni� price work
Iisted and the cost of incidental wark included as part �f the unit price,
D. Czty may malce an adjustment in the Contract Price in accardance with ParagrapI� 12.Q1 if:
I. rhe quantity of any i�am of Uni� Price Work performed by Cnntractar differs rnaterially and
significantly fram fhe estirnated quantity of such i��m ir�dicai�d ic� the Agreement; and
2. there is no corresponding adjustment with z•espect to any other item oF Work.
E. Increase� or Decreased Qugntaties: The City reserves tl�e right to order E�tra Work in
aceordance with Paragraph 10.01.
1. If the changes in quantztie� or the alteratians do not significantly change the character of
woxk under the Cantract Doc�ments, the a�ter�d work will be paid for at t1�a Contract unit
price.
CTI Y OP P ORT WORTH
STA�TDARDCONSTRUCTI❑N SPECIFICATION DpCUA+IEN"I'S
Revision: &�?.3fLD'Ll
no�zoo-i
G�NERALfAN�ITION S
Page 45 of 63
2. If the changes in quantities or alteraiions s'rgnificantly change the character of work, the
Contractwill be amended by a Change Order.
3. If no unit prices exist, this wi� be considered Extra Work and the Cnntract wiIl be amended
by a C�an�e �rder in accardance �vith Artic�e 12.
4. A signi�cant change in the character af work occurs when:
a. the character ofwork �or any Item as al�ered di�fers materially in kind or nature from that
in the Gontract or
b. a Major Itern of wor�C varies by naare than 25% from the origitial Contract quantity.
S. Wlzen the quantity of work to be done under any Ma,�ar Item of the Contract is znore than
12S% of the ori�al quantity stated in th� Contract, then eit�er party ta the Contract may
requesi an adjustrn.ent to the unit price on the portion of tk�e work that is abo�e 125%.
6. When the quaniity of work to be done under any Major Item of the Coniract is Tess than 75%
nf the origina� quaniity stated in the Contract, then either party to the Con�ract rnay request
an adjustment to the unit price.
11.04 Plans Quantity Mecasurerv�ent
A. Pl�ns quantities may or may not cepresentthe exact quantity of workperform�d or material mo�+ed,
k�andled, or placed during the execution of the Contract The estun.ated bid quantities are
designated as fu1a1 payment quanti�ies, unless revised by the governing Section or th�s Article.
B. If the quantity measured as outlir�ed under "Price and Payrnent Procedures" varies by more than
25% (nr as sti�ulated under "Price and Payment Procedures" far specifc Iterns} from the total
estiinated quantity for an individual Item origmally shown in the Contract Documents, an
adjustment nna� be made to the quantity of authorized work done for payment purposes. The party
' to the Contract cequesting the adjustment will provide, field meas�xements and caIculations
� showing the �'inal quantity far vvhich payment will be made. Payment for revised quantity wi�ll be
made at the unit price bid �ar that Iiem, except as provided �or in Article 10.
C. When quantitzes are rev�s�d by a change in design approved by, the Ci�ky, by Change Order, or io
carrectanerror, or to carrectanerrar on the plans, t4ie plans quarrti�y will be iracreasedor decreased
by ihe amaunt involvad in the change, and the 25% variance will apply to the new plans quantity.
D. Zf the total Contract quantiry multiplied by the unit price bid for an indivzdual Itam is less than
$25Q and ihe Iteix► is not originally a plans quantity Ztezn, then the Item ma.y be paid as a p�:ns
quantity Item ii �e City and Contractor agree in writing to � ihe final quantity as a plans quantity.
C1TY QF FORT WORTH
STANDARDCONST&UCTION SPECIFTCATIUN iJOCUIarIE[�T"I'S
RevisioR: 8�3/ID2l
00 72 OQ - I
GEN�RAL OON� ITIDN S
Page 46 of 63
E. �'or callouti wnrk or non-�ita specific Caz�t�racts, the plans quantity measurement requirements are
not applicabie.
ARTZCLE 2� — CHANGE OF CONTRACT PRICE; CH�NGE OF CONTRAC'I' TIME
12.4I Change of Cont�act Price
A. The Contract Price may on�y be changed by a Change Order.
B. Tk�e value of any Work covered by a Chan�e Order �vill be determinad as Fallows:
I, where the Wark involved is covered by unit prices contained in the Contract Documents, by
applicatzon of sueh unit prices to the quantities af tl�e rtems invalved (subject to the provisions
of Paragraph 11.03); or
2. where tihe Work it�volved is not covered by uni� prices confained in the Contract Documents,
by � mutually agreed lump sum or unit price (wllich may include an al�owance For oeerhead
and profrt not necessariiy �n accordance with Paragraph 12.01.�.2), and shall include the cost
of any sacondary impacta that are foreseeable at the time of pricing the cast of E�tra Work;
or
3, where the Work involved is not covered by unit prices cantained �n the Contract Docum�nts
and agreementto a lump sum or ur�it price is not reachedunder Paragraph 12,Oi.B.2, on the
basis oi the Cost of the Work {defermined as provided in Paragraph 11.01} plus a Contractor's
fee for overhead and profit (de#ermined as provided 'm Paragraph 12.O1.C},
C. Cantractor's Fee: The Contractor's additional fee far overhead and profit shall be deter�xiined as
follows:
1. a mutually acceptable f"rxed �ee; or
2, if a f�ed fee is not agreed upan, then a fea based on. the foliawing percentages o�'the various
portions af the Cost oi the Worl�:
a. for costs incurred under Paxagaphs 11,OZ.A. T, 11.O1.A.2. and 11.01.A.3, the
Cantractor's additional fee shall be 1S pereent except�for:
1} rental fees for Contractar's own equipment using standard rental raies;
2) bonds and 'msuranc�;
b, for costs incu�red under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee sha�l �e
five percent {5%);
1) �vhere one or more tiers of subcontracts are on the basis of Cost af the Work p�Us a
fee and no f�ed %e is agreed upon, the intent of Paragraphs 12.01.�.2.a a�nd
12.01.C.2.6 is ihat the Subcontractor who actuaI�y perFar�nS the Work, at whatever
CITY OF �'bRT WORTI-I
STANDARDCON$TRi1CTI0N SPECIFICA7[ON DQCOMEFVT'S
Revisron: 8lL3IXnI
oo�aoo-i
GENERAL CONDITI�N S
Page 47 of fi3
tier, will be paid a fee of 1 S percent of the costs ua�curred by such Subcon�ractor under
Paragraphs 11.O1.A.1 and 11.OI.A.2 and that any higher tiex Subcontractor and
Contractor will. eaclabe paid a fee of frve percent (5%) of the amount paid to tl�e next
lower tier Subcantractor, however in. nd case shall the c�ula.tive total of fees paid be
in excess of 25%,
c. no fee shall be payable an tl�e basis of casts itemized u�der Paragraphs Y1.O1.A.6, and
11.a1.B;
d, the amaunt of ered� to be allowed by Cantraetor to City for any change which results in
a net decrease in cost will be the aarnoUnt of th.e actual net decrease in cost plus a deduction
in Cantractor's fee by an amount equal to frve percent (5%} oi such net decrease.
12.02 Change of Cn�a�act Ti�e
A. The Cor�fract Time may only be changed by a Change Order.
B. No e�ension of �he Gontract Titne w�ll be aliowed for E�ra Wnrk or for claimed de�ay unless the
Extra V+lork contempla.ted or claimed delay is shown to be on the critical path of the Project
Schedu�e or Contractor canshow by Critical PathMethod ana�ysis how ihe E�ra Workar claimed
de�ay adversei� affects the cr�tical path.
12.03 Delays
A. V�There Con�ractar is reasonably delayed in the performance ar completion of an.y part of the
Work witbin the Contracti Time due to delay beyond the cnntrol of Contractor, the Cont�act Time
may be extencied in an arraount equa! ta the time lost due to such delay if a Cantract Cl�im is rnads
therefar. Delays beyond the eontrol of Contracto� shall include, but not be limzted to, acts or
neglect by City, aets �r neglect of utility owners or o�lier contractors performing other �rork as
contemplated b� Article '1, fires, flaods, epidexnics, abnorma� weather cnnditioxxs, or acts of God.
Such an adjustrnent sha�l be Cont�ractar's sole �nd exclusi�ve remedy for the delays described in
tivs P aragraph.
B. If Contractor is delayeci, City shall not be 1�a.ble to Contractor for'any clait�, costs, iasses, or
daznages (including but not limited to all fees and charges of engineers, arch�tects, attorneys, and
other prafessionals and all court or arb�ration or other dispute resolution costs) susta.ined by
Cantractor on ar in conn�otion with any oth.er project or anticipated project.
C. Contractor shall not be entitlad to an adjustment in Contract Price ar Cantract Titne for delays
within the cantrol of Contractor. Delays attrbutable to. and within the controi of a�ubcantractor
or �uppIier shall be deerned ta he delays within the con�rol of Contraetor.
D. Tk►e Cantractar shall receive no coxnpensation for de�ys at hindrances to the Wark, except when
d�rect and unavoidable e�tra cnst to the Contractor is caused by the fai�ure of the City to provide
ir�ortnation or material, if any, which is to be fur�ished by the Ciry.
C:1TY OF FORT WDRTfi
STAI*TDAR1lCONSTRUCTION SPEG[F{CATION ]]OCUNIENTS
Revisinn: 8C1.3(�i?21
oa �z oa- f
GEN�RAI. CON�ITION 5
Page 48 af 63
ARTxCLE I3 — TESTS AND �NSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANC� OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice o� all defective Work of which Ciry has actual Irnowledga will be given to Contractor,
Defective Work may be rejectec�, corrected, nr accepted as provided in this Article 13.
13.Q2 14ccess to Work
City, independent testing laboratories, and governrnental agencies wi�th jurisdictianal interests wi11
have access ia the Si�e and th� Work at reasonable tunes for their abservation, inspection, and testing.
Contractor shall provide them proper and sa�e canditions for such access and advise �hem af
Contractor's safety procedures and prograrns so �at they may comply therewith as app�icable.
I3.03 Tests and Inspections
A. Con�ractor shall give CiEy titnely notice of readiness of the Work for all required inspeciions,
tests, or approvals and shaIl cooperate with inspection and testing personnel to facilitate required
inspec�ions or tests.
B. If �ontraat Documents, Laws or Regulations of any public body havit�g jurisdictior� require any
of the �ork (or part thereo� to be inspec�ed, t�sted, or a.pproved, Contractor shall assume full
responsibility far arranging and obtaining such independent inspec�ions, tests, retests or approvals,
pay al! casts in connection therewith, and furnish City the required cert�icates o� inspection or
approvala excepting, howe�er, those fees specifically identiiied in the Supplementary Conditians
or any Texas Departrn.ent of Licensure and Regulation (TDLR) inspections, which shall be paid as
described in the Supplementary Conditions.
C. Cont�actor shall be responsible far arranging and obtaic�ing and shall pay all costs in connection
with any inspections, tests, re-tests, or appra�rals required %r City's acceptance of materials or
equipment to be incorporated in the Wark; or acceptance ofrr�aterials, m� designs, or equipm�nt
subrnitted for approva� prior to Contractar's purchase thareof for �corporation i� the Work.
Such inspections, tests, re-tests, or appravals shall be performad by organizations acceptable ta
City. '
D. City may arrange for
perform any inspections
City.
the servic�s of an inaepez�dent test�g labora.tory ("Testing Lab") to
or tests �"Testing") for any part of the Work, as determined solely b�
1. City will coordinate such Testing to �he extent possible, with Cont�•actor;
2. Should any Testing under �his Sectzoz� 13.03 D resul� in a"£ail", ``did not pass" or othar
sunilar negati�e result, the Cantractor sha1l be responsible for paying far any and a11 retesl�.
Contractox's cancellation vvithout cause of City initiated Testing shall be de��ed a negative
result and require a retest.
crrY or Fox�r woR•r�i
3TANDARDGONSTRllCTION SPECIF[CATION DOCUMEIVTS
Revision: 8Q3C1Q2i
oa�zoo-i
C�.NERAL CON[lIT1QN S
Fage 49 of b3
3. Any aanounts owed for any refest under this Section 13.03 D shall be paid direc�ly ta the
Tasting Lab by Gonixac�or. City wifl forvvard all in�oices for retests to Contractor.
4. Tf Contractar faiLs to pa� the Testing Lab, City will not issue Fina� �aytnent u�n.til the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is coverred by
Con�ractor wnhout wriiten concurrence of City, Contractar shal� if requested by Ciry, uncover
such Work%r obsezvatior�.
F. Uncovering Work as provided in Paragraph I3.03.E shall be at Contractar's expense.
G. CQntractor shall have the right ta malce a Contract Cl�im regardir�g any ret�st or in�roice issued
under Section 13.03 D.
13.04 Uncoverang Work
A. If any Work is co�ered contrary to the Contract Documents or spec£c �siructians by the City, it
m�st, � requested by City, he uncovered for City's observation and replaced at Cont�actor's
expense.
B. Tf Czty considers rt necessary or advisable f.hat covered Work be observed by City or inspected or
t�stedby others, Con.tractor, at City's request, shall uncover, expose, or otherwise make availab�e
for nbserva�ion, inspectxan, or testiu�g as Ciry may require, that portion af the WOT� lri [luB5tlDri,
f�rnishing all necessary labor, mat�rial, and equipment.
1. If i� is found tl�at ihe uncoverec� Work is defective, Contractor shaIl pay afl claims, C05t5,
lasses, and damages {including but not limited to all fees and chargas of engineers, architects,
attorneys, and other professionals and all court ox other dispute resolution casts} arisir�g out of
or relating to such uncovering, exposure, observatian, inspection, anci testing, and of
satisfaetary .replacement or reconstruction (ir�ciuding but not limited io all costs oi repair or
rep�acement of work o£ others); or City shall be entitted to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor slaa�l still be responsibla fox all casts associated
with expasing, observing, and t.�sting the defective Work.
2, �If the uncovered W'ork is not fourid to be defective, Contractor shal� be allowed an �crease
in the Cont�act Price or an e�ension of the ContractTima, or both, directly attributable to such
un.cover�g, exposure, observation, inspection, tasting, replacemen.t, and reeonstruction.
13.05 City May Stop the Wark
If the Work is defective, or Contrac�or fails to supply sufFic�ent skilled warkers or suifiable materials
ar equipment, or fails to perform the Work ua such a way that the compleied Work will conform to
the Cotrtract Dacurnents, City may order Cantractor to stop ihe Wark, or any portion theceot', un�il t1�.e
cause for such order has been eliminated; 4�owever, this right of City ta stop the Wark shall �not give
rise to any duty on the part of City ta exercise tivs right far the benef�t of Co�tractor, any
crr� oF �ox�r woRz�
STANDAR�CONSTAUCTIOIV SPECIFICATION DD[;UMENTS
Revision: 8�?3Il(Tll
oo��oo-i
G�NERAL CQf�DITION 5
Page 50 of 63
Suhcontz�actor, any Supplier, any other individual or entity, or any sur�iy for, or ernployee or agent of
any of them.
13.06 Correction orRemoval ofDefective Work
A. Promptly after receipt af written notica, Contractor sha11 correct all d�fective Work pursuant to
an acceptable scheduJ.e, wheiher or not fabricated, installed, or cornpl�ted, or, if the Wark has been
rejected 6y City, remove it froz-n the Project and replace �t with Work that is not defective.
Gontractor shall pay aI2 clairxzs, costs, additional testir�g, Iosses, and damages (it�cludi�g but no�
limited to a1l �ees and charges of engineers, archi�ects, attorneys, and other professionals and aIl
court or arbitration ar other dispute resolution costs) arising put of ar r�]ating to such correction
or remawal (includ'mg but not li�ited to alI costs of repair or replacement of work of others}.
Failure to require the removal of any d��ective Work shall n.ot constitu.te accepfance of such Wark.
B. When correctizig def�ctive �Work under the terrns of this Paragraph 13.06 or Paragrapl� 13.07,
Contractor shall take no action that would void nr a�erwise impair City's specia.l warranty and
guarantee, if any, on said Wark.
13.07 Cor�rection Pe�iod
A. If within t�vo {2) years after the date of Final Acceptance (or such longer period aiim�e as may be
prescri6ed by the terms of any applicable special guarar�tee required by the ContractDocuments),
any Work is found to �e defect'rve, or �f the repa�r of an� damages ta th� Iana or areas made
available for Coniractor's use by City or perrnitted by Laws and Regulations as contemplated in
Paragraph 6,10,A is found to be defective, Contractor shall pra�nptly, without cost ta Ciry and in
accordance r�vith City's written iristructions:
1, repair such defective ]and ar areas; or
2. correct such defecti�e Wark; or
3. if the defectiv� W�rk has been rejected by Cily, remove rt firom the Projeci and repla.ce i�
with Work that is not defective, and �
4. satisfactorily correct or repair or rernove and replace any damage to ather Work, to the work
of others ar other ]and or areas resulting therefrom.
B. If Contractar does not prazxiptly cornply with the ternas of City's written instructioris, or in an
ernergency vv�ere delay would eause serious ri�k of loss or dant�age, City may hava the de�ective
Work carrected ar r�paired or ax�ay have tl�e rejected Work removed and replaced. All cIaims,
costs, losses, and damages (including but not limited to all fees and charges of enginaers,
architects, at�orneys, and other professionals and all caurt or other dispute resolution costs) arising
out af or relat�ing to such eorrection pr repair or such removal and repl�cem�nt (incIuding but .nat
Iimited to all costs af repair or replacernent of work af others) wiIl be paid by Contractnr.
CITY OF FpR'I' WORTH
57'ANDARDCONSTR[1CTION SPECIFICATION AOCUdv1ENTS
Revision: $f23/1021
oo�zoo-�
G�IVEftALCANDlTION S
Paga 51 of 63
C. In special circurnstances where a particular i�em. of equipment is piaced in contin.uous servic�
before Final Acceptance of all the Work, the correction period for that item may start to run frozn
an earlier date if sa provided in t4ie Cantract Dacuments.
D. Where defectiva Work {and damage t� o�-iar Work resulting therefrom.) has heen. cnrrected or
removed and repl�ced under this Paragraph 13.07, th� correction period hereunder with r�spect
to such Wark may be requ�ed to be extendeci for an additional period af one year after the end of
tl�e iniiial correction period. City shall pra�ide 30 days written notice to Contractor should such
additional warranty coverage be requi�ed. Contractor may d�spute this reQuirement by filing a
Contract Clairz�, pursuant �o Paragraph 10.06.
E. Contractar's obIigations undar this Paragraph 13.47 are in addition ta any other abligation or
warranty. The provisians of this Paragrap4� 13.07 shall not be construed as a substitute far, or a
waiver of, the pro�+i�ions of any applicable statute of limitation or repose.
13.08 Accepta�ace ofDefective Work
If, ins�ead of requiring correction or removal and replacement of defective Work, Crty prefers to
accept it, City may do so. Contractor shall pay aIl clainns, costs, losses, and datx�ages {mcluding but
not limited ta aII fees and charges of eng�neers, architects, attorneys, and other pra�essionaJs and aIl
court or other dispute resolution costs} attributa.ble to City's evaluation af and dete�ination to accept
such defectiva Wark and for the d�ninished value of the Work �o the extent riot otherwise paid by
Cantractar. If any such aeceptance occurs prior to Final Acceptance, a Change �rd�r will. b� issued
incorporatuag the necessaryrevisions iui �e Contract Dacuments wrth respectto the Work, and City
shall be entitled to an approprzate decrease in the Contract Price, reflecting the diminish�d value of
Work so accepted.
13.09 City May Cof-rectDefective Wa�k
A. If Contractor fails within a reaso�ab�e tirne after written notice frorn City to caz-�ect defect�e
Work, or to remove and replace rejeeted Work as xequired by City in accardanc� w'itl� Paragragh
13.06.A, or if Contractor fails to perform the Wor1c in accardance witk► the Contraci Documents,
or � Gonixactor fails to cornply with any oth.er peo�isian of the Contract Docurn.ents; City may,
after seven (']') days written�noticc to Contracior, carrect, or rerr�edy any such deficiency.
B. In exercising the rights and remedies under tl� Paragraph 13.a9, Ci�ky shaIl proeeed
expeditiously, In cannection �vith such corrective or reznedia� action, City may exclude Crnntractor
frarn all or part of the Site, take po�sessinn of all or part of the Work and suspend Cont�actor's
secvices r�lated thereto, and incorporate in th� Wor�c all materials and equiprr�ent incorporated in
the Worlc, stored at the Site ar for which City has paid Contractor but which are stared elsewhere.
Coniractor shall allow City, City's representatives, agents, consultants, employees, and City's
other contractars, acce�s to tk�e Site to enable City to exercise the rights and r�medies under this
P aragraph.
C. All claims, costs, losses, and dan:�ages (in�cluding but not Iirinited to all fees and charges flf
engineers, architects, attorneys, and other professionals and all court or ather dispute resolut'ron
crrY or FORT wox�rx
STAN�AItDCONSTRUCT]ON S'!'ECiFICATjON DOCI7MEN"t5
Revision: SCI.ilXfZl
oo�zoo-i
GEN�RAL CONDIT ION S
Page 52 of 63
cos�s) incurred or sustair�ed by Ci�.y in exercising tk�e rights and remedies under this Paragraph
�3.09 will be charged agains� Contractor, and a Change Order wi� i�e issu�d 'uacorpora.tirng the
necessaryrevisions in� the Contract Documents with respect to the Work; and City shall be entitled
to an appropria.te decrease ir� the Contract Price.
D. Contraetor shall nat be al�owed ar� extension o� the Contract Time because of any delay ira the
�erfoz7nance of the �Vork attributable to the exercise of City's rights and remedies under this
P aragraph 13. 09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND C011+IPLETION
14.0� Schedule of Values
The Schedu�� of Values for �urz�►p sum contrac�s established as p�rovided in Paz-a�raph2.07 will serae
as the basis for progress paym�nts and vtrill be incorporated into a farm of Appl�catian for Paymar�
acceptable to Crty. Progress payments on account of Unii Price Work will be based on the number of
units coinpleted.
14.�2 PYogressPtxyr�tents
A. Applicatiorrs�forPayments:
1. Contractor is responsibla for provic�ing aI1 information as required to become a vendor of the
City.
2. At least 20 days befare the date e�tablished in the General Requirements for each progress
pa�ment, Contractor shall submit to City for review an Appfication far Payment fi�ed out and
signed by Contractor covaring the Wor�C campleted as of the date of the Applicatian and
accornpanied by such supporting docurnentation as �s requzred by the Conficact Document�.
3. If payment is requested on the basis o� mat�rials and equipment not incnrporated in th.e Work
but delivered and suitabIy siored at the 5ite or at anather location agreed ta in wciting, ihe
Application for �ayment shall a�so l�a accornpanied by a b'ill of saIe, invoice, or other
dacument�tian warrant�ing that Ci�ty has recervad the materials and equipment free and clear of
all Liens and e�vidence that the nnaterials and equipment are co�ared by appropxiate insurance
or otl�►er a�-r�angements to protect Ciky's interest therein, alI of which must be satisiactary to
City.
4. Begit�ning with the secondApplication forPayment, eachAppl�cation shal� include an affidavit
of Contractor stating tiaat previous progress payments recei�ed on accouni of the Work have
been applied on account to discharge Contractor's legi�imate obligations associated �vith prior
Applicatians for P ayment.
5. The arraount of retainage with respect to progress pa�nents will be as descrbed in
subsection C. unIess otherwise stipulat�d in the Contract Doeunnents.
CiTY OF FpRT W012TH
STANDARDCONSTR[1CTION SPECIP�CATION ]]OCi1MENT5
Revision: 8I23f1021
aa 7z oo - �
GENERALCAN�lTION S
Page 53 of 63
B. Review of Application.s:
1. City wi11, a�er receipt af each A�plicat�an far Paymesat, �ither iridicate in r�vriti►�g a
recammendatio�► of payment or return the Application ta Contraciar indicating reasons for
refusing payment. In the latter case, Contractot rnay znake the necessaxy corrections and
resubmit the Applieatian.
2. Ciry's processing of any payment requested in an Appl�cation for Payznent will be based on
City's observations of tl�e executedWork, and on City's re�iew of the Application for Payment
and the accampanying data and schedu�es, iilat t0 �11C b�5t OF C1Ly's lrnovv�edge:
a. tk�e Wark has progressec� to the point indicated;
b. ihe quality o�the Work is generally in accordance with the Coniract Doeumerzts (subject
to an evalUation of th� Work as a functioning whole prior tn or upon Fina1 Acceptanee, the
results of any subsequent tests calle�i for m the Confiract Documents, a fu�al determination
of quantities and classifications for Work performed under Paragraph 9.Q5, and any otl�er
qualificatinns stated in the recorrun:endatian}.
3. Processing any s�rch payment wi�il not thereby be deemed to have represented that:
a. inspectinns rnade to check the quality or the quantily o� the Work as it has been perf'ortned
have been e�austive, extended to every asp�ct of the Work m pragress, ar invol�ed
detailed �spections ofthe Work beyand the respons�bilities specifcal�y assigned ta Ci�y
in the Con.tract Docum�nts; or
b. there may not be other nnatters or issue5 betwe�nthe parti�s th,at mighi entitle Contractor
to be paid adclitionally by Cily or entitle City to wiihhoid payrnent to Contracior; or
c. Contractar has complied with Laws and Regulations applicable tn Conixactor's perfortnance
of the Wark. ,
4. City may refuse to process the.whole or any part of any payment because of subsequentSy
discovered evidence or the results of subsequent inspectians or tests, and revise or revoke
any such paymer�t previously made, to such e�tent as may be necessary to protect City from
loss because:
a. the Work is defective or campleted Work has been damaged by the Cant�actor or
subcontra.ctors requiring correction or replacement;
b. discrepancies in quan�ities cantained in pre�ious app�cations far payrnent;
c. the ContractPrice has been reduced by Ghange arders;
d. City has been required to correct defective V�ork or cornplete Work ir� accordance with
P aragraph 13.09; or
CPI'Y QF FOItT WORTET
STANDARDCOIVSTRIJCTION SPBCIFICATION DOC[fM�NTS
Revision: 823Ia011
oo�aoa-i
GENERAL COND17'IpN 5
Page 54 of 63
e. City has actual knowleclge of the occurrence af any of th� events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. �'or contracts less than $400,oao at t1�e time oi execution, retainage shall be ten percent
� � �%}.
2. Far contracts greater than $400,000 at the time of execution, retattaage shall be frve percent
(5%).
D. Liquidatgd Danzages. For each caiendar day that any work shall remairi uncampleted after the
t�e specitied in th� Con�ract Documants, the sum per day specified � th.e Agreemient vsrill be
assessedagaizist the monies due�.the Cantractor, not as a pe�nalty, but as damages suffered by the
City.
E. Payr�rent: Cantractor will 6e paid pursuant ta the r�q�ireznents af this A.rticle I4 and payment
will become due in accordance with the Contract Docunnents.
F. Reduetion in Payment:
1. Ciiy may refuse to make payment of the arnount requested because:
a. Liens have been %led in connec�ion with the Work, except where Contractor has de�ivered
a specific bond satisfactory ta City to secure ii�e satisfaction and discharge of such Liens;
b. there. are othar items entitling City to a set-off against the azx�.ount recotxammended; or
c. City has actua� k.novtJledge of the pccurrence df any af the events enumerated in
Paragraphs 14.02.B.4.a thraugh 14.02.B.4.e ar Paragraph 15.Q2.A.
2. Ii City refuses to make payment af the amount raquested, City wi� giv� Cantraciar written
notiee stating the reasans for such action anc� pay Contractor any amount rema�ing after
dedlictton of the arnaunt so wik�eld, City shal[ pay Contractor the amount so withheld, or any
adjustment thereto agreed to by �ity and Contractor, �ovhen Contractor r�m�dies the reasor�
for such actian.
1�.03 Cont�actor's LYa�ranty of Title
Contractoar warrants and guarantees that title to all Work, materials, and equipment covered by any
App�icatzon for Paym�nt, vvlaether incorparated in� the Project ar nnt, w�l pass to Ciiy no Iater than the
time of payment free and clear of all Liens.
CITY O�' FORT WORTH
STANDE1FtDCONSTRIICT[ON SpGCIFICATIQN DOCi.IMEI�TI'S
Aevision &�L3C1021
oo�zoo-�
GENERAL CANDITION 5
Page 55 af 63
14A4 Partial Utilazation
A. Priar to Final Acceptance of all the Wor1� City may use or occupy any part af the W�rk which
has spec�'ically beeza identified in the ConYract Documents, or vvhich Ciry detezmines consiitutes
a separately furietioning anci usable part of the Work that can be used for its intended purpose
w�thout signiffcant interference with Contractor's perfor�nance of the remainder of tlle Work. City
at any tune may notify Contractor in wrriting to permit City to use or o�cupy ar�y such part of the
Work which City deterrn�es to be ready far �ts intended use, subject to the following condrtions:
l. Contractar at any time may notify City ir� writing that Contractor cansiders any such part Qf
the Viiork ready for its intended use.
2, 'Wrthin a reasonable time a£ter notif'zcation as enumerated in Paragra�h 14.OS.A.1, City and
Conbractor shall make an inspection of that part af tl�e Work to determir�e rts sta.tus of
completion. Tf City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving tL1e reasons tk►erefar.
3. PartialUtilization will not con�stitute Final Aceeptance by City.
14.dS Frnallnspection
A. Upan written notice from Cantractor that t4�e entire �iVork is S u b s t a nt ia l ly Complete in
accordance with the Contract Documents:
1. Withi� 10 days, City wi�.I schedule a Final Insp�ctirnn with Cont�actar.
2. City will notify Cantractor in wri�zag of all particulars in r�vhich filus inspection rev�als that
tha Work is incoinplete or defective ("Pu�ch List Items"). Contractor shall unmediately take
suc� measures as are necessary to complete such Work or remedy such deficiencies.
B. No time charge will be rriade against the Contractor between saicl date of noti#'icatiian to the City
of Substantial Campletion and the date of Final Inspection.
1. Should the City deterrnine that the War1e is not ready for F�nal Inspaction, Ciry will notify th�
Contractar in writing af the reasons and Contract Time will resuzxie.
2. Should the City conc�rr that Substantiai Completion has been achieved rwith the exception of
any Puncb List Items, Contract Taune vvil� resUrne far the duration it takes for Contractor to
achie�e Final Accep�nce. '
14.06 Final Aeceptance
Upon campletion by Contractor to City's satisfaction, o� an.y adcii�ional Work identified in the Final
Inspection, City will issue ta Contractor a letter of Final Acceptance.
CTTY OF FORT WORTH
STh.NI3AR]7CONS'iRUCT[OM SPECIFICATEON �OCUMEIJ'I'S
Revision: 8113f�D1!
oo7aon-i
G�N�RAL CONDlTION S
Page 56 of 63
14.07 Final Pay�nent
A. Applrcation for Pcayment:
Y. Upan FinaI Acceptance, and in the opinion of Gity, Contractor may make an applica�ian for
fin�aI payment following the procedure for progress paymerrts in accardance with the
Contract Documents.
2. The final Application fo�r Payment shal� be acco�mpanied (exc�pt as previously aelivered) by:
a. a�l documentation caI�ed for in the Contract Documents, mcluding but not limited to the
evidence of insurance required by Paragraph 5.03;
�
b. consent of the surety, if any, to �'inal payment;
c. a list of all pending or released Damage Claims �.gain�st City that Contractor believes at�
iu�sattled; and
d. affidavits of pa�ments and complete and legally effective releases ar waivers
(�atisfactory to Ciry} of aIl Lien rights arising out of or Liens filed in connection with the
Work.
B. PaymentBecomes Due:
l. After City's acceptanc� of the Applicatian %r Payment and accoznpanying docUmen.taiion,
requested by Cantractor, less previous payments made and any surz� City is entitled,
including but not lim�ed to Iiquidated damages, wi� become due and payabl�.
2. After all Danrtage Claiuns have been resolved:
, a. direetly by the Cantractar or;
b. Contractor provides evidence that tI�e Damagc Claim has been reported to Cantractor's
insurance provider for resolution. '
3. The znaleing of the fir�al payment by the City shall not relieve the Contractor of any
guarantaes ar other requir�menis of the Contract Documents vvhich. specifically continue
thereafter,
14.0.8 Final Completio�t Delayed and Par�tial Retainage Release
A. If finaI completion of the Work is siganFicantly dela.yed, and if City so confiurms, City may, upon
receipt of Contractor's %al Applicatian for Payment, and without terminatir�g the Contract, mal�e
payrrient of �he balance due for that portion of the Wark fully completed anci accepted. If the
remaining balance to be held by City for Wark not fully campleted or carrected is less than the
retainag� stipulated in Paragraph 14.02.C, and 'zf bonds have been furnished as required in
Paragraph 5.�2, the written cansent af the surety to fihe payrnent of th� balance due for that
CITY OF FORT WORTH
STAI�TL)ARDCONSTRUCTION SPEC[FICATIaN DOCiTMENT5
Revision: B?3f1p21
oonoo-�
GEiVERRLCONDIT101� S
Page 57 of 63
portinn of the Work fully completed ar►d accepted shal� be subm�tted by Con�raetor to Czry with
�he Application for such payment. 5uch. payment shali be made under the terms an.d canditions
go�ver�vng final payment, except that i� shall not cor�.stitute a waiver of Contrac� C}aims.
B. Partial RetainageRelease. For a Cantract that provides for a separate vegetative �stablishment
and maintenance, and test and performance periods following the completion o� all athar
construction in the Contract Documents for all Work locatians, the City may release a partio� of
the amount retained provided that all other work is cornpleted as determined by the City. Before
the r�:lea5e, a1! submitials and %nal quanti�ies znust be completed and acce�ted for all other work.
An amourit suff'icient to ensure Cont�act compliance will be xetained.
14.09 Waiver of Claims
'I'he accepta.nce of final payr�aent vvill constitute a release of the City fran� ali clainns or l�.bilitie s
under the Can�raci for anytning done or f�arnisk�ed or relating to the work undex the Contract
Documents or any aet or neglect of City reiated ta ar connected with the Contract.
ARTICLE ].5 — SiTSPENSION OF W�RK AND TERMINATXON
15.01 City May �'uspend Work
A. At any time and without cause, C�y rnay suspend the Wark or any portion �hereo� by written
notice to Co��ractor and which may f� the date on which Work will be resumed. Contraetor shall
resurne the Work on the date so fixed. During temporary suspension of the Wark covered by these
Contract Documents, %t any reasnn, the City w�ll make no extra payment for stand-by tune of
construction equipment and/nr construction crews.
B. Should the Cantracfor not be able to eomplete a portion of the �'roject due to causes beyond the
control of and wiihaut the fau�t or negligence of tk�e Cont�actor, and should it be determined by
mutual cansent of the Contractor and Ciry that a sQlutian to aflow comstruction to �roceed is not
available within a reasonable perioci of time, Contractor may request an extension in Contraet
Time, d�rectky attributable to any such suspension.
,C. If it should become necessaryto suspend the Work for an unde�'inite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the publie unnecessarily •
nor become damaged in any way, and he shaIl take every precaution to prevent damage ar
deterioration of the woxlc perforn�ed; he shall provide suitable drainage about the wark, and erect
temporary structures �vhere n�cessary.
D. Contractor nnay be reunbursed for the cost of moving his equipment off the 3ob and returnin.g the
necessary equipment ta the job when it is determined by the Ciky f,hat construction may b�
resumed. Such reimbUrsement shall be based on actual cast to the Contractor of rr�aving the
eauipment and no pro�'rt will be allowed. Reimburserzxent may not be a�lowed if the equipznent is
moved to another construction project for tI►e City.
CTI'Y OF FORT WORTH
STANDARDC01�5TRllCTION SFECIFiCATION DDCUMENTS
Revision: &rLild�"Ll
ao7zoo-i
��N�wa�oor�nirioNs
Page 58 of 63
15.Q2 City Mrxy Te�minate for Cause
A. The occurrence oiany one or more ofthe follawing event� by vc+ay af exarnple, but not oFlirnitation,
rnay justify termination �or cause:
Cantracior's persistent failure to perform the Work ir� accordance with the Contract DacuAxzents
{in�cluding, but not licnited to, failure to supply st.�Fficient skiiled warkers or suitable materials
or equiprr�ent, �ailure to adhere to �he Proj�ct Schedule establis�ed under �aragraph 2.p7 as
adjusted from tirne to time pursuant to Paragraph 6.04, or failure to adher� ta the City°s
Business Divers2ty Entezprise Ordinance �#20020�I2-20llestablished under Paragraph
6.06.D};
2. Contractor's aisregard of Laws or Regulations of any public body haVing jurisd'zction;
3. Confractor's repeaied disregard af the authority of Gi1y; or
�4. Contractar's.violation irz any substantia� way of any provi�ions af the Contract Documents;
or
S. Contractor's failure fo promptly make good any d�f�ct �in materials or workmanship, or
defects of any nature, the correction of wIuch has been directed in wz�iting by the City; or
6. Substantial indication that the Contractor has maale an unauthorized assignment of' the
Contract or any funds due therafronn for the beneirt of any credrtor or %r any nt�er purpose;
or
7. Subsiantial evidence that the Cantractor has became insalvent or bankrupt, ar otherwise
fin�ancialFy unable ta carry on the Worl� satisfactor�ly; or
$. Contractor commences legal aciion in a court af competent jurisdiction agai�st the Ciry.
B. If one a�r more of the events identified in� Paragraph 15.UZA. occur, City �,viIl pxovide wriften natice
to Cnntrac.tor and Sur�ty to arrange a car�ference with Con�ractor and Surety to address
Contractar's failure to perform the Wark. Canference sha11 be heYd not later than 15 days, after
r�ceipt of notice.
Zf the City, the Can.tractor, and the Surety do not agxee to alIow the Coniract�r fo proceed to
perForrr� the construciion Contract, tl�e City may,' to the e�tent permifted by Laws and
Regulations, decla.re a Contractor defauit and forrr�ally terrz�inate the Contractor's right to
coxnplete the Confiract. Cont�actor default �hall not be declared earlier than 20 days after th�
Can.tractor and Surety have recei�ed natice of con%rence to address Cantractor's failwre to
perfarm tbe Work.
2. If Contractor's sez-vices are terminated, Surety shaIl be obligated to take over and perform the
Wark. If �urety does not cornmence perforn�zance thereof withiu� 15 consecutive calendar days
after date af an addi�ional written notice demanding Surety's performance of its
CITI' QF FpRT WORTH
STANDARDCONSTRiJC7'IQN SPECIFICATION DOCUNLENTS
Revision: &173/2(l2l
oo-rzao-�
��n�E��coNairio� s
Paga 59 of 63
abligatians, then City, withnut process or action at law, �may take over any portion of the
Work and complete it as descrbed below.
a. If City comp�etes the Work, City may exclude Contractor and Surety frorn the site and
take pass�ssion of the Work, and all materials and equipment iricorporated into the Work
stored at the S�e or for which City has paid Contractor or Surety but which are stared
elsewhere, and finish the Work as Ci�ty may deezx� expedient.
3. Whether Csty ar Surety campletes the VVork, Contractor shall not be entitled to receive aany
further payment uniil th.e Work is fixushed. If the unpaid ba3ance of the Contract Price exceeds
all claims, costs, Iosses and c3amages sustained by City arising out of or res�g from
cornpleting the Work, such ex.cess �rill be paid to Contractor. If such cla'u�, casts, losses and
damages exceedsuch unpaid halance, Coniractor shail pay the d�fference to City. Such claims,
costs; losses and damages iricurred by City will k�e incarporated in a Ck�ange Order, provided
that w�en exercising any rights or remedi.es under th.is Paragraph, City shall nat be requi�ed to
obtai� the lovvest price for the Work performed.
4. Nerth�r Ciry, n�r any of z�s respectinre consultar�t�, agents, officers, di�ectors or employees
shall be in any way lia.ble or accountable to Coniractor or 5urety �or the method by which the
campletion of the sa�d Wark, ar any portion. tbereof, may be accomplisl��d or fax t1�e price paid
therefor.
5. C�ty, notwithstanding the methad used in completing the Cor�tract, shall not farfeit the right
to recaver damages frorn Contractor o� �urety for Contractar's failure to timely complete t�a
ent�re ContK'act. Contz'actor s�all nat be entitled to any claim on account of the m�ihod used
by City in cozn}�leting the Contraet.
6. Maurtenance of the Work shall contiriue to be Contractor's az�d Surety's responsibilities as
provided for in tile band raquirements of the Contract Documents or any special guaranteea
pravided for undar the Contract Documents or any other obligations o#herwise prescrbed by
law. �
C. Nai�vithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor
begins wit�in seven days of receipt of notice of intent to termi�ate to correct its failure to perforrn
and proceeds diligently to c�re such failure wrtliin no more than 30 days of receipt of said notice.
D. Where Contractor's services have been so termiiiated by City, the termination �vill no� affect any
rights ar rerr�edies of Czry against Contractor �hen e��isti�g oar which ma.y thereafter accrae. Any
r�tentian or paynnent af moneys due Contractor by City wi1I not release Contractor from. liability.
E. If and to the e�ent that Contractor has provided a performance bond under the pravisions of
Pacagraph SA2, the termination procedures of th:at hond shall not supersede tha pro�isions of tlus
Article.
GITY OF FORT WOR1'H
STAI+IDARDCaNSTR[1CT16N SPEGFICATION DOCUMENTS
Revision: �Lil�ill
00 �z oa - i
GENERAL CpN[l ITION S
Page b0 of 63
IS.03 CityMcry Ternainate For Catavenience
A. Ci�ty may, without cause and without prejudice to any other right or remedy o� Cify, terminate the
CoMtract. An.y terminatian snall be effeetedby maili�g a notice of the terminatian to the Contraator
specifying �he e�tent to wvhich perforzxaance oi Wark under the cantract is ternainated, and th.e date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presutxied and estabIished when the letter is placed in the Uni�ed States 1'ostal,Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that suck�
fermination is mada with just cause as tk�erein stated; and no proaf in any cl�im, demand or suit
shall be required of the City regarcl�ng such discretionary action,
B. After receipt of a notice of �ernraination, and except as atherwise directed by the City, th�
Contractor shaIl:
1. Stop wark under the Contract on the date and ta the extent spec�ied in t1�a notice of terminataon;
2. pl�ce no furtk�r arders or subcontracts for materials, services or facilities except as may be
necassary for coznpletian ai such. portion af the Work und�r the Contract as is not terminated;
3. ternninate a�l orders and subcont�acts to the e�rtent that they ralate to the performance of the
Work termmated by no�ice of terrnination;
�. transfer titie to the City and daIiver itt the manner, at the times, and to t�e extent, ii any,
ditected by th� Ciry:
a. the fahricated or unfabricated parts, Work i� progress, completed Wark, supplies and
other material produced as a part of, or acqUired in cannection with the perfoz7manee o%
the Wark tez•mu�ated �y tIae notice of the termination; and
b. ihe coz�tapleted, or partially compieted plans, drawings, information and oil�er property
which, if the Contrract I�ad been completed, wouid have been required to ba fut-nished to
the City.
S. complete perforzx�ance of s�ch Wark as sha�l not have been terminated �by the notice of
tez�mination; and
6, take such action as may be n�cessaz�y, or as the City rnay direct, for fihe protection and
preservation of the property related to its contract whxch is in the posse5sion of the
Contractor and in which the owner has or may acquira the rest.
C. At a time not 1a.ter t.�.an 30 daqs after the term�aation date specified in the notice qi tertnination,
the Cont�actor may submit to the City a list, certifiad as ta quantity and quality, of any or all items
of terrnit�ation in�entory not previaus�y disposed of, exclusive of itezx�s the dispasitian of which
has been di�ectec� or authorized by City,
crrY o� roxT wox-rx
STANDARpCpN5TRC1CTI0N SPEC[FICATIdN DOCUMENTS
Reuision: $1Z32JZ1
007204-I
GENERALCACJDITI01� S
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept trtle to �uch itenas provicied, that the Iist
submiited sha�l be subject to verif"ication by the Czty upon retno�al of the iterns or, if the i�ems are
SiQ�'�Cl, within 45 days from the date o£ submission of the list, and any necessary ad�ustrrients to
carrect fhe Iist as submitted, sha�l be made prior to £'irial settlennent.
E. Not later than 60 days-after the natice nf termina�ion, th:e Contractor shall submit hi� termination
claim to the City in. the form and vvi�h the certif'ication prescr�bed by t.�:e City. Uniess anexiensian
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
all such clair�s shall be conclusively deemed waiveci.
F. In such case, Cont�ractor shall be paid far (vvithout duplication of any items):
1. completed and acceptable Work executed in accnrdance with the Contract Doeuments prior
to the efFeetive dafie of termmation, including fair and reasonable sums for o�erhead and prof�k on
such Work;
2. expenses sustained prior ta the effectNe date of termmation in perforrnirig �ervices and
furr�ishing labor, materials, or equipment as required by the Contract Documents in connectinn
with ur�completed Work, plus fair and reasonable su�ns far ov�rhead and profit on such expenses;
and
3. reasona}aie expenses direct�y attributable to ternnination.
G. In the event of the failure oi the Contractor and City to agree upon the who1� amount to be paici
to tha Contractor by reason oithe term�ation of the Worl� the Crty shall deter�nine, on the basis
of information avaiiable to it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractar the amounts d�termineci. Contractor shall not he paid on account
of loss of anticipated prof�ts or revenue or other econoznic loss ar�sing out af or resulting from
such tet�mi.nnatian.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods ernd PNocedures
A. Ezther City or Cont�actor may request mediation of any Contract Cla�m submitted for a decision
under Paragraph 10.06 before such decision b�comes fmal and b�ding. The eequest%r mediation
shall be submitted to the other parEy ta the Cos�iract. Timely submission of the request shall stay
�he e�fect of Paragiraph lO.Qb.E,
B. City and Coniractor shati pariicipate in the medi�tioz� process in good fa�h. The �rocess shall be
�ommenced within 60 days of f�ing af the request.
C. If the Con.tract Clai�n is not resolved by mediation, City's action under Paragraph 10.Q6.0 ar a
denial pursuant to Paragraphs 1.0.06.C.3 or I0.06.D shall became fma! and binding 30 days after
termitiation of the mediatian unless, witivn that time period, City ar Contrractor:
CTl'Y OF FORT WORTH
S"�ANDARDCONSTRUCTION SPECIAICATION DOCUNIEN`i'S
Revisian: �l�l
ao�zoo-i
GENERAL CONDlTION 5
Page 62 of 63
1. elects in writing ta invoke any other dispute resoluiion proces� provided for in the
Supplementary Condi�zons; or
2. agrees with the other pariy to su�rrut the Co,ntract Claim to another dispute resolution
pracess;or
3. gives written notice ta the oth�r pazty of the inten� to s�bmi� the Contract Claim to a court of
coznpetent jurisdiction.
ARTICLE 1'� — MISCELLANEOUS
17.Q1 GivingNatice
A. Whene�er any pravision of the Cont�act Documents rayuires the gi�ing of written notice, it will
be deemed io have been validly given if: ,
l. delivered in person to tha indi�idual or to a meznl�er oi the firm or to an officer of the
corporatxon far whom it i� intended; or
2. de�iverecl at or sent by register�d or certified �nail, postage prepaid, to ihe last business
address l�own to the giver of the notice.
B. Susiness address changes rn.ust be prannptly rnade in writing to the ot�er party.
C. Whenever the Contract Documents specifes g�iving notice by electronic means such electronic
notice shaIl be deemed sufficient upon confumation of receipt by the receiving p�rty.
17,02 Computation afTimes
When any period of tirrze is refez-red to in the Contract Documents by days, i� will be computed ta
excluda the f�rst and �clude the �ast day of suchperiod. Iithe last day of any such period falls on a
Saturday or Sunday ar on a day made a legal holiday tha ne�t Working Day shall become the Iast day
of the periad.
17'.03 Cumulative Itemedies
The duties and obligations imposed by these GenaraI Conditions and the rights and re�zedies available
hereunder to the parties hereta are in addition to, and are not to be construed in any way as a limitation
of, any rights and rernedies available to any or a�l of thern which are otherwise imposad or available
by Laws or Regulatians, by speeia,l warranty or guarantee, or by otlzer pro�isions of the Cantract
Documen�s. The provisions of this Paragrapk� will be as effective as if repeated spec�'icalIy in the
Contract Documents in connectian wit1� eaehpartieu�ar duty, obligation, right, and remedy to which
they apply,
CITYOP FORT �TORTH
STr�NDAC�DCpNSTRUC710N SPECIFICATION DOCLJMENTS
Revision: 8l732021
oa�zoo-�
GENEFcALCONDITIQIVS
T'age b3 of 63
17.0� Survival of O1�ligations
All representations, indemn�'ications, warraz�zties, and guarantees rnade in, rec{ui�ed by, or given in
accordar►ce with the Contract Doc�,ur�.ents, as vsiell as all contumuin.g abligatians indicated � the
Contract Documents, will sutvive final payment, completion, and acceptance of the Work ar
termit�ation or completion of the Contract or tern�u�ation o£ the services of Contractor.
17.05 Headings
Artic�e and paragraph headings are inserted for convenience only and do not constitute parts oithese
General Conditions.
CITYOF FORT WQRTH
gTANDAItDCONSTRUCTTON SPECIFiCATION DOCi1NiENTS
Revisinn: 8231d721
on 7s oa
SUPPLEluIENTAItY CONI71TIO1V5
Page 1 of6
�ECTiorr oa 7� o0
SUPPLEMENTARY CONDITIONS
T�
GENERAL CONDITI�NS
Supplemeotary Conditions
'I'hese Sup�lementary Conditions modify and supplernent Section 00 72 00 - General Conditions, and other
provisions of the Contaact Docurr►ents as indicated below. All provisions of th� General Conditions that are
modifiad or supplemented remain in full foxce and effeet as so modif ed or supplerr►ented. Ail provisions
of the Ganeral Conditions which are n.at so modified or supplemented rarnain in full force and effect.
Defined Terms
The terms used in these Supplerrfentary Conditions which are de�ined in the General Conditions have the
meaz�ing assigned to them in the General Conditions, unless specificaIly nated herein.
Modi�ications and Supplements
The fal�owir�g are instractions that modify or supplement speci�o paragraphs in the General Conditions and
ather Contract Dncumer�ts.
SC-3.U3S.2, "Resolvi:ng Discrepancies"
Plans gavern over Speciitcatians.
5G4.Q1A
Easernant limits shown on the Drawing are approximate and were pravided to establish a basis for bidding.
Upon receiving the f na! easements descriptions, Contractor shall compare �trem to t.�e iines shown on the
Cnntract Drawings.
SC-a.OIA.�., "Avai�abili#y �f Lands"
'�k�e following is a list of known outstanding right of way, and/nr easements to be acc{uired, if any as ofi
AUGtiST 2021:
Ontstanding Right-Of Way, and/or Easemeuts to Be Acquired TARG�T DAT�
PAIZC�L OWNER
NUMBER O� P05SESSION
NON�
The Contractor understands and agrees that the dates listed above are est�mates only, are not guaranteed,
and do not bind the City.
If Contractor ao�siders the final easements provided to differ materiaily fro►n the representatians on the
Cont�`act Drawings, Contractor shali within fi�e (5) Business Days and 6afore proceeding with the Worlc,
notify City in writing associated with the differing easement line locations.
CITY O�' FORT WORTfI NOATHI'OIN'�'E ?A-INCT� WATER TitANSMISSION MA1N (N4-lA)
STANDART] CONSTRUCTION SPECLFICATION DOCi]MEIVTS Ci#y ProjectNo. 1U3505
Itev'ssed March 9, 202D
ao �3 Qo
��JPPLEMENTARY CQNDITIpNS
Pagc 2 of 6
SC-4.O1A.2, °�Avaitability of Lands"
Utilities or obstructions to be remav�d, adjuste[i, and/or relocated
The following is list of utilities and/or obstruct�ons that have not been removed, adjusted, and/ox relocated
as ofAUGUST 2021
EXFECI'ED UTILITY �NI7 LOCATION TARGET DATE pF
OWNER ADJUS'I'MENT
NONE
The Contractor utzdetstands and agrees that the dates listed above are estinnates only, are not guaranteed,
and da not bind ihe City.
SC-4.p2A., "Svbsnrface and Physical Condztions"
The following are reports o f explorations and tests of subsurface conditions at the site afthe Work:
A gec�tecnnical engineering report titled "Alpha Repnrt No. W 19Q839-A", dated August 5, 20I9, prepared
by Alpha Testing, Inc,, a consultant of Lennar Homes, pra�iding additiona] information an avaluating
general soil conditions at the propased sit� and to develop geotechnical engineering design
recoxnmendataons.
The following are drawings of phys'tca] conditions in or relatirtg ta existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous ta the site of the Work:
NONE
SG4.Q6A., L6Hazardoets Environmental Condi�ions at Sike"
The following are reporfs and drawings of existing hazardous envirnn�nental conditions ]mown to the City:
NONE
SC-5A3A., °°Ce�•tificates nf Insurance"
The entities Gsted below are "additianal insureds as their interest may appear" 'mcluding their respective
of#ieers, directors, agents and employees,
(1) CiiY
(2} C.or�su�tant: Kimley-Horn and Assaciates, Ina '
(3) �ther: None
SC-5.04A., "Contractnr's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
couerages �or not less than the fo�lowing amonnts ar greater where required by laws and regu]ations:
5.04A. Workers' Ca�r►pen�ation, under Paragraph GG5.04A.
Statutory ]irnits
�mployer's IiabiIity
$1QO,Q04 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - poliey limit
CTTY OF FORT WORT�I 1VdRTHPOTNTE 24-INCH WATER TRANSMCSSION MACN (iVa-1 A)
STANDA1tID CdNST12UC.TIDN SPECIFIC�TION DOC.UMEIVTS City Project No. 1035D5
Revised March 9, 2020
00 73 OD
5L3PPLEMENTAAY CONDITIONS
�age 3 of G
SC-5.U4B., "Contiractor's Insurance"
5.04B. Commercial Genera� Liability, under Paragraph GGS.O�S. Contractor`s Liability Insurance
under Paragtaph GC-S.O�B., which sha�l be on a per praject basis cove�ing the Contractor with
mir►imum limits of:
$1,ODa,000 each occurrance
$2,OOb,00Q aggregate limit
'The palicy must have an endorsernent (Amenclment— Aggregate Limits of Insurance} mal�ing the
Genexal Aggregate Limits apply separately to each j ob site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "iT" coverage's.
Verification af such coverage must be shown in the Remarks Article of the Certiiicata of Insuranee.
SC 5.04C,, "Cantracto�•'s Insnrance"
5.Q4C. Automobile Liabifity, under Paragraph GC-5.Q4C. Contractoe's Liabiiity Insurance under
Paragraph GC-S.Q4C., which sha11 be in an amount not less tl�an the following amounts:
(1.) Aatomobile Lia�sility - a commercial business policy shall provide coverage on "Any Auto",
defined as autos or�med, hired and non-owned.
$1,000,000
least:
$250,OD0
$SDO,OOa
$104,0�0
each accident on a carnbined single li�nit basis. Split limits are acceptable if limits are at
Bodily Injury per person /
Badily Injury per accidentl
Property Damage
SG5.04D., "Contractor's InsUrance"
The Contractor's constiuc�ion activities will require its employees, agents, su6cont�•actors, equipment, and
material deliveries to cross railroad properties and iraeks None.
'I'he Contractor shall conduct its operations on raiiroad properties in sucl� a manner as not to interFere with,
hincier, or abstruct the railroad company in any manner wha#soever in the use or operation of i#s/their trains
or otrier property. Such operatians an railroad properties may require that Contractor to execute a"Right of
Entry Agreement" with the particular ra ilroad company or companies invalved, and to this end the
Contractor should satisfy itself as to the r�quirements of each railroad campany and be prepared to execute
the right-of-entry (if any} required by a raiiroad company. The requirements speci�ied herein iikewi.se relate
to the Contractor's use of private andlor construction access roads crossing said railroad company's
praperties.
The Contractual Liahility coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the foliowing atnounts, issued by companies sa�isfactory to the City and to the
Railroad Company for a ierzn that continues far so long as the Contractor's operat[ons and work cross,
accupy, or touch railroad property:
(1} General Aggregate:
{2) Eaeh Occutrenoe:
_ Required for this Contract
N/A
N/A
X Not required fnr this Contract
CIT'Y QF FORT WORTEI NORTHPOINTE 24 1NCH WATER TRANSMISSION MAIN (1`l4-1 A)
$TANDACLD CONSTftUCTION SPECIFICATION DdCUMENTS City Project No. 103505
Revised March 9, 202�
QO 73 Ofl
5iJ�PLEMSNTARY CONDITIONS
Page 4 of 6
With respect to the above outline�d insurance requirements, the follnwing shalI govern;
1. Where a singla railroacl company is involved, the Contractor sha[1 provide one insurance policy in
the name of t17e rai�road company, However, if more than oae grade separation or at-grade
crnssing is afFeeted by the Project at �ntirely separate locations on the line or ]ines af the same
railroad cornpany, separate covarage nnay be requared, each in �he amount stated abave.
Z. Where mare than one rai]road company is operating on tE�a same right-af way or where several
railroac! companies are �nvolved and operat�d on their own separate rights-of-way, t[�e Contractor
may be req.uired to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work pr activity is proposed an a
railroad company's right-of-way at a Iacation entirely separate from tha grade saparation or at-
grade crossing, insurance co�erage for this wark must b� included in the policy covering the grade
separation.
4. If no grada separation is involved bu# other work is praposed on � raiiraad company's eight-of-
way, a!I suc� otller work may be covered in a single policy fnr that railrnad, even though the work
may be at two or more separate iocations.
Na work or activities on a rai:lroad compazty's property to be peirfortned by th� Contractor sha11 be
commenced until the Contractor has furnished tha Gity with an original po]icy ar poli.cies of the insurance
for each railroad company named, as required above. All suah insurar�ce must be approvad by the City and
each affected Railroad Cotnpany prior to the Contractor's beginning work.
The insurance speeified above must 6e carried until alI Work to be perfartned on the raE.lroad right-of way
has been completed and the grade orossing, if any, is no longer used by the Contractor. In adcEition,
insurance must be carriad during all maintenance ancUor repair work performed in the railroad right-of way,
Sucb insuranc.e must name the railroad company as the insured, tQgether with any tenant or Ies�ee of tl�e
railroad company operating over tracks involved in the �rojent.
5C-6.U4., "Project Schedule"
Project schedule shall be tier 3 for fihe project.
SC-6.07., "Wage Rates"
The following is the prevailing wage rate tabl�{s} applicable ta this praject and is providad in the
Appendixas:
2Q13 �revailiz�g Wage Rates (Fieavy and Highway Construction Projects)
2013 Prevailing Wage Rates (Commercial Construction Prajects)
A eopy ofthe table is also available by accessing the Ci.ty's website at:
https://apns.�'ortworthtexas gov/Proi�ctResource,s/
You can access the fle by folXowing the directory path:
02-Construction Documents/Specifications/DivOD — General Conditions
SG6.09., 66Permits and Utilities"
SC-6.09A.,'°Contractor obtained permits and Iicenses"
The following ara known perrrtits and/�r licenses required by the Contract to be acquired by the Confractor:
NO1V,�
Ci"CY pF FOKT WORTH NORTHPOINTE 24-INCH GVATER TAANSMISSTON MA1N (N4-lA)
ST1INI�ARI3 CONSTRUCTION SPECTFICATION 1]OCUMENTS City Praject Nn. I03�05
Revised March 9,.2d20
QO 73 OD
g(JppL6NIENTAKY CONDITION5
Page 5 af 6
SC-5.�9B. "City obtained permits and licenses" .
The following are known permits and/or Licenses required by the Cantract to be aequired by the City:
NONE
SC-G.09C. "�utstanding permifs and licenses"
The fo�lawing is a list of k�own outstanding permits andlor licenses to be acquired, if any as oP AUGIIST
2U21:
Outstanding Permits and/or Licenses to Be Aequired
OWNER PERNIIT OR LiCBNSE AND LOCATION
Tarrant County
Utility Crossing Permit, �xample provided in
Appendix
TA.RGET DATE
OF POSSESSIdN
Ta ba acquired within
30 days of proposed
cro�.sing
SC-7.Q2., "Coordination"
The individua�s or entities listed below have contracts with tha City for the performance of other work at
the 5ite:
Vendor
Contrackor
SC-$.41, "Commnnications �o Coatractar"
NONE
� Coordination
�onstruction Lennar Homes
SC-9.41., "City's Project Maaager"
The Ciiy's Project Manager for this Contract is Suzanne A6be, P.E., ox hislher successor pursuarit to
written notii►cation from the Director oi the Water Department.
SC-13.03C., "Tests aad Inspeetions"
NONE
SC-16.01C.1, "Methods and Prucednres"
NONE
CITY OF FORT WORTH NORTHPOINTE 24 INCH WATER TitANSMISSION MAIN {N4-i A)
STANDARI) CQ1VS7'LZUCTIDN SPECIFICATION DOC[JM�NTS City Praject Na. 103505
Revised March 9, 2Q20
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 af6
END OR SECTION
Re�ision Log
DATE � NAME � SUi111MARY OF CHANGE
1/22/2016 F. Griffin 5�"�•01., "City's �rojeet Representative" wording changed to City's Project
Manager.
3/9/2020 D.V, Magana SC�6,07, Updaied the lin€c such that files can be accessed v�a #i�e Ciiy's
CITY pr FOKT WORTH NpRTHPOII+ITE �4-INCH WATER TRAIVSMISSION MAIN (I�14-1 A}
STANDATtD CONSTfZUCTIpN SPECIFICATIDId DOCUIvIEI�lTS City Projaet No. I03505
Revised March 4, 2D20
o17i0a-1
SUMMARY C}F WURK
Page 1 of3
1
2
3 PART1- GENERAL
SECTION 01 I100
SUMMARY OF WORK
4 Y.1 SUMMARY
5 A. Section Includes:
6 l. Summary of Work ta be performed in accordance with the Cantract Docum.ents
� B. Deviations from this City of Fort Wortla Standard Speci�ication
g I. None.
9 C. Related 5peci�eation 5ections include, but are not necessarily limited io:
10 l. Division 0- Bidding Requirements, Cantract Forms, aind Conditions oftk�e Cantract
11 2. Diviszon 1- Gaz�exal Requirements
12 i.2 PRICE AND PAYMENT PROCEDURES
13 A. Messurem�nt and Fayment
14 1, Wark associaied with this Item is considered suhsidiary to the various items bid.
15 NQ separate payment will be allowed for this Item.
16 1,3 REFERENCE� [NOT USED]
17 1.4 ADMXNISTR.ATIVE REQUIREMENT�
], 8 A.
19
20
21
22
23
24
25
25
27
28
2a
30
3i
32
33
34
35
36
37
38
Work Covered by Contract Documents
1. GVork i� to include furnishing all labor, materials, and equipment, and performing
ail Work necessary for this constructian project as detailed in the Drawings and
Specifications.
Subsidiary Work
1. Any and all Work specifically governed by docume�tary requiz'ements far the
project, such as conditions imposed by the Drawin�s or Contract Docur�ents in
which no specific item for bid has been provided for in the Praposal ar�d the item is
not a typical un'tt bid iiem included on the sta�ada�rd bid item 1ist, then the item shall
be considered as a subsidiary iienn of Work, the cost af which shall be inciuded in
the price �id in the Proposal for varrious bid iterns.
Use of Premises
1. Coordinate uses of premises under directian of the City.
2. Assume full respansibility for profection and safekeeping of materials and
equiptnent staz'ed on the Site.
3. Use and oecupy only portions of �the public streets and alleys, or o#he:r public places
or oYher rights-of-way as provided for in the ordinainces af Y�e City, as shawn in the
Contract Dncuments, or as may be specifically autharized i�a writing by the City.
a. A reasonable amount of toals, materials, and �quipment for construction
purpos�s may he stored in such space, but no more than is necessazy to avaid
delay in the construction operatians.
:
e.
GITY OF FORT WORTii 1VORTHYOINTE 24-l1�CH W'ATER TRA.NSMFSSION MA1N (I`i4-LA)
STANDARl7 CONSTRUCTIOiV SPECIFICATION AQCUMEN'i'S City Projact Na. 103505
Revised December 26, 2412
oi>>ao-z
SUNIMARY OF WORK
Yage 2 of 3
z b. Excavated and waste materiais shall ba stored in such a way as not to interfere
2 with the use of spaces that may be designated ta be 1eft free and unobstructed
3 and sa as not to incanvenience occupants of adjacent prop�rty.
4 c. If the street is oceupied by railroad tracks, the Waxk shalI be carried an in such
5 manner as not to intet%re with the o�eration of the railroad,
� I) AIl Work shall be in accordance with railroad requirements set forth in
� Division 0 as well as the railroad permit.
8
10
D. Work wzthin Easements
1. Do not enter upan private property far any purpose without having px'eviously
obfained permission from �� owner afsuch property.
T 1 2. Do not store equipr�aent or material on private property unless and until the
�2 specifled approval of the property awnar has been secured in writing by the
13 Coniractor and a copy furnished ta the Czty.
�4 3. Unless specif�ca�ly provided otherwise, clear alI rights-of-way or easements of
15 abstrpctions which mus# be removed to make possibls proper prosecution of the
16 Work as a part of the proj�ct canstruction opera�ions.
17
18
19
24
21
22
23
2�4
25
26
27
28
29
3d
31
32
33
34
35
36
37
38
3�
40
4I
�. Preserve and use �very precaution to prevant damage to, all trees, shrubbery, plants,
lawns, %nces, cuIverts, curbing, and all other types of structures or irnprovettzents,
to alI water, sewer, and gas Iines, to all conduits, overhead pole lines, or
appurtenances thereof, including the constructian oftempoxary fences and to all
other public or private property acljacent to the Work.
5. Notify the proper repres�ntatives of the ow�ers or occupants of the public ar private
lands of ir�terest in lands which might be afx'ected by the Work.
a. Such notice shall be made at least 48 haurs in advance ofthe baginning ofthe
Work.
b. Notices sha11 be applicable to both public and private utility c�mpai�ies and any
corporation, conr�.pany, individuaf, or other, either as owners or accupants,
whose land or interesf in land might be affected by the �ork.
c. Be respansible for all damage or injury to propert�+ of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
• execution of the Work, or at any time due to defective work, material, or
equipment. ,
6. Fence
a, Restore a11 fences encountered and removed dLuring construction o:Fthe Project
to the or�ginal or a befter #han original condition.,
b. Ereet temporary t�encing in place ofthe fencing remflved whenever the Work is
not in progress at�d when the site is vacated overnight, and/or at a1! tirnes to
provide site security.
c. The cast %r all fence work within easements, including removal, tezmporary
closures atad replacement, sha11 be subsidiary to tha �ario�s ifems bid in the
project praposal, un]�ss a bid item is speciiically provided in the proposal.
CITY OP F�RT W012TH NORTHPOINTE 24-IAICH WATER TRANSMIS.S1pN MAIN (AT4-] A)
STANDARD CO1V SiRUCTION SPECLFICATION DdCUMENTS City Proj eat No. ] 03505
Revised Decamher 2D, 2012
Ql li 00-3
SUMNIARY OF WORK.
Page 3 oF3
1 1.5 SLTBMIT`TALS [NOT U�ED]
2 1.6 ACTXON SUBMITTAL�IINFORMATI�NAL SUBMITTALS [NOT USED]
3 i.7 CLOSEOUT SUBNIITT.ALS [NOT USED]
4 l,g MAINTENANCE MA.TERIAL SiTBMITTALS [NOT USED7
5 1.9 QUALITY ASSYJRANCE [NOT USED]
6 1.10 DELTVERY, �TU1tAGE, AND HANDLING [NOT USED]
7 11I FIELD [SITE] C�NDiTTONS [NOT iT�ED]
8 1.12 WARR.ANTY [NOT U�ED]
9 PART 2- PRODUCTS [NOT X7SED]
10 PART 3- EXECiTTION [NOT USED]
11
12
13
EiYD O�' SECTXON
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT Wb1tTH NORTHPOiNTE 24-INCT� WATER TRAN5N1i5SION MAIN {N4-iA)
5T,4NDA12D CONSTRUC'iTON SPECIFICAI`iQN DOCiSMENTB City Pro,ject No. 103505
Revised I]ecember 20, 2012
012500-1
BiJBST1TUTION PROCEDURES
Page 1 of4
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
b
7
8
9
10
11
]2
13
1�
15
�,, Section Includes:
SECTION 0125 00
SUBSTITUTION PAOCEDURES
1. The procedure for requesting the approval o� substitution of a product that is not
equivalent to a product which is specified by deset`iptive or perfarmance criteria or
defined by reference to 1 or naore of the following:
a. Name of manufacturer
b. Narne of vendor
c. Trade name
d, Catalog number
2. Substitutions are not "or-equals".
B. Deviations fronn this City ofFort Worth Standa�'d Specification
1. None.
] 6 C. R�lated Speciiication Sections include, but as'e not necessarily Iirr�ited ta:
17 1. Division D— Bidding &equirements, Co�tract �'orms and Conditions oftha Contract
lg 2. Division 1—Genera� Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
�p A. Measurement and Fayment
21 1. Wark associated with this Item is considered subsidjary to the various items bid.
ZZ No separate payment will be allowed for this Item.
23 1.3 REFERENCES [NOT USED]
24 1.4 ADMINXSTRATNE REQUIItEMENTS
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�#0
A. Reguest for Substitution - General
i. Within 30 days after award of Contract (unless nated oth�rwise), the City will
consider �ormal requests frorn Contractar for substitution of producYs in place of
those speeif ed.
2. Certain types of equipment and kinds of material are descxibed in Specifications by
means oi references to names of manufacturers arid vendors, trade names, ar
catalog numbers.
a. When.this mathod of specifying is used, it is not iniended to exclude from
consideration other products hearing othez' manufacturer's or vendor's narues,
tz'ade narr�es, or eatalog numbers, pravided said products are "or-equals," as
detertnined by Ciry.
3. Other types of e�uzpment and kinds af mat�rial may be acceptable substitutions
under the fojlowing conditians:
a. Or-equajs axe unavailable due to strike, discontinued production af products
m.eeting specified requirements, or ather factors beyond control of Cantractor;
Di?
CITY OF FORT VJDRTH NOIiTIIPOINTE 24-1NCH WATER TRANSIr+II55iDN MAIN (3�T4-! A)
STANDAAD CON5TRU CTIDN[ SPECTF�CATION DDCUMEN"I'S City Project No. 1035Q5
Revised July 1, 2011
o� ss ao -z
5III3STITUTfON PRQCEDURES
Page 2 af 4
� b. Contractor pro�osea a cosi and/or tim.e reduction inceniiv� to the City.
2 1.5 SUBMITTALS
3 A. Se� Request for Substitution Form. (attached}
4 B. Procedure for Requesting Substitutio�
S 1. Substitt�tion shal2 be considered on�y;
6 a. After award of Contract
� la. Under the condit2ons stated herein
10
lI
zz
13
14
ZS
1.6
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
�1
�z
33
34
35
36
37
38
39
40
41
2. Sub7n�t 3 copies o�each writ�en request for substitution, includ.ing:
a. Documentatian �
1) Comp�ete flata substantiating compliance ofproposed substitutian with
Contract Documents
2} D�ta relating to changes in construction schedule, when a reduction is
proposed
3) Data relat�ng ta changes in cost
h. �'or products
1) Product identification
a) Manufactur�r's name
b) Telephone number and reptesentative contact name
c} Specz�cation Section ar Drawing reference Qf originally specified
product, includiz�g discret� name or tag number assigne�i to original
product in the Con,tzact Docuznents
2} Manufacturer's literature clearIy marked ta show compliance of proposed
product with Contract Documents
3) Itemized compari�on of orig;inal and propased product addressing product
charact�ristics incl�ding, but nat necessarily limited to:
a} Size
b) Composition or tnaterials af constructian
c) Weigk�t
d} Electrical or mechar►ical requirements
4) Praduct experience
a) Location aipas#projects atilizing product
b) Name and teiephone number oi persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a} Provid� at request of City.
b) 5amples become the propertq nfthe City,
c, Far canstruction methods:
1) Detailed desct•[ption ofproposed no.�thod
2} I1lus#ration drawings
C. Appro�al ar Rejection
42 ]. Written approval or rejection of substitution given by the City
43 2. City reserves the right to require proposed prpduct to ca:tnply with color and pattern
�4 of speci�ied prodtzct if necessary to secure design intent.
�5 3. In the event the substitution is appraved, the res�lting cost and/ar time reduction
46 vvilI be documented by Change Order in accordance with the Genera� Conditions.
CITY OF EORT WdRTH NORTHPOIIVTE 24-INCH WATER TRANSMISSIQN MA1N (IV4-IA)
STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS City Froject Na. ]03505
Aevised .7uly 1, 201 1
o�asoo-�
SlJL35TIT[JTXON FRQCSDUK�S
I'age 3 af 4
2
3
�
5
6
7
S
4. No additional contract time will be gxven for substitution.
S. Substitution will be reje�ted if:
a. $ubmittal is not t�.z'ough the Cor�tractor with lais stamp o�� approval
b. Request is not made in accordance with this Specificatian Section
c. In the City's opinion, acceptance will require substaritial revision of the original
design
d. In the City's opinion, subsiitutian will nQt parfor�rt adecluately the function
consistent with the design intent
9 1.6 ACTION SUBMITTALSIINFORMATIONAL Si1BNII'I'TAL� [NOT USED]
l0 1.'� CLOSEOUT SUBMITTALS [NOT USED]
11 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT C.TSED]
12 1.9 QUALITY ASSURANCE
13
14
15
16
17
18
19
20
21
22
23
24
25
2b
27
28
29
30
A. In malcing request for substitution ar in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has deternained that it is adequat� or
superior in aIl respects ta that specified, and that it will perfortn function far which
it is intended
�. Will provsde same guarantee for substitute itezn as for product specified
3. Wi11 coordinate installation of accepted substitt�tion into Wark, fo inciude b�ilding
modifcations if necessary, making such changes �s may be required for Work to be
complete in ali raspects
4. Waives all claims for additional costs related to substitution which subseyuently
arise
1.10 DELIVERY, STORAGE, AND HANDLx1YG [NOT USED]
1.11 FIELD [STTE] CONDTTION� [NOT [T�EDj
1,12 WARRANTY [N4T'iTSED]
PART 2 - PRODUCTS [NOT iTSED]
PART 3 � EXECUTION [NOT USED]
END OT SECTXON
Revision Log
3I
DATE I N �ME
SLTMMARY QF CHANGE
CITY OF FORT WORTH NORTHPQINTE 24-]1�CH WATER "I"1ZANSIvLISSION ivIAIN (�f4-lA)
STANDAR� CONSTRiJCTION 5PECIFICATIbN DOCUIVIENTS City Project 3�fo. 1Q3505
Revised .Tuly 1, 2011
D12500-4
SiTBSTITUTTDN PAOCEDURES
Page4 of4
1
2
3
4
5
6
7
8
9
IO
11
12
13
14
TS
lb
17
18
19
20
21
22
23
24
25
26
27
2.8
24
3Q
31
32
33
34
35
3b
37
38
39
4�0
41
�42
43
44
45
46
47
48
49
EXHIBIT A
REQUEST F�R SUBSTITUTION FORM:
TO:
PR0IECT: DATE:
We hereby submit fo:r your consideration the following product instead of the speci�ec! item for
the abave project:
SECTION PARAGRAPH �F'ECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete informatiota on changes ta Drawings and/or Sp�cificatians which proposed
substitu#ion wilI rec�ui:re for its proper insfallation,
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, 2ncIuding engineering
and detailing costs caused by fhe requested substitution?
B. What e�'ect does substitution have on ot�er trades7
C. Differences between proposed substitution and specified item?
D. Diffet'ences in product cost or product deliv�ry time?
E. Manufact�arer's guarantees of the proposed atad speci#ied items are:
Equai Setter {ex�alain on attachment)
The undersign�d states that the funct�an., appearance and qua�ity are equivalent or superior to the
specified itein.
Submitted By: For Us� by City
Signature
as nated
Fiz•tn
Address
Date
Telephone
For Use by City:
Appro�ed
City
_ Recoznmended _ Recommended
_ Not recommended Received late
�Y —
I]ate
Remarks
Rejected
Date
CITY OF FORT WOIiTH NOTtTHPQIAITE 24-INCH WATEit'I`RANS2vf[55ION IVIAIN (N4-lA}
5TANDARD CONSTRI7CTIQN SP�:CIFICATIQN DOCUMENTB City Project No. i Q3505
Revised 7uly 1, 20ll
oi �t i9- z
PTtECO1VSTRiICTION MEETTNG
Page 1 of 3
1
2
3 �'ART 1 - GENERAL
4 1.1 SUIVIMARY
SECTZQN 013119
PRECONS'I'RUCTION MEETING
5 A. Section Includss:
6 1. Provisions for the preconstructian meeting to be held prior to the start of Work to
7 clarify constructin�a cantract adtninistration. proeedures
8 B. Deviations from this City of Fort Worth 5tandard 5pecification
9 1. Non�.
10
11
12
13 L2
C. Related Specification �ections include, but are not neeessarily limited to:
l. Division 0— Bidding Requirements, Contra�t Fo.rms and Conditions of the Contract
2. Division I— General R�quireraaants
PRTCE AND PAYMENT PROCEDURES
14 A. Measureznent and Payment
1$ 1. Work associated with tliis Itern is considez'ed subsidiary to the various items bid.
16 No separate payment will be allowed for ihis Item.
17 1.3 REFERENCES [NOT i3SED]
18 1..4 ADNIINLSTRATIVE REQUIItEMENTS
19
20
21
22
23
2�k
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
A. Coardination
1. Attend preconstruction meeting,
2. Represe:ntatives of Contractor, subcontractors and suppliers attending meetin.gs
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetin.g administered by Ciiy may be tape recorded.
a. If recorded, iapes will be used to prepare minutes and retainad by City fnr
future reference.
B. Preconstruc�ion Meeting
1. A preconstructian meeting wili be held within 14 days after th� exeeution of the
Agreem.ent and before Work is started.
a. The meeting will Y�e scheduled and ad�nninistered by the City.
2. The Proj eet Representati�e will preside at the meeting, prepare the notEs of tine
meeting and distribute copies af same to all participants wha so reques# by fully
completing the attendance form to be circulated at the beginning ofthe me�ting.
3. Attendance shall includ�:
a. Praject Representative
b. Contractor's project maziager
c. Contractor's superintendent
d. Any subcontractor oz' supplier representatives wham the Contractor may desire
to invite or the City rnay request
CTTI' OF FQRT WORTI-� NORi'NYOjl�'FE 24-1NCH WATER TRAN83VIISSI�N MAIN {N4-1 A)
STA3�TDAItD CONSTIZUCTI01� SPECIFICATION I�OCUMENT5 City Praject No, l Q3505
Iievised Augnst 17, 2012
OI3119-2
P12ECONSTRUCTION MEETING
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
I1
12
13
14
15
16
t�
18
19
aa
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3�
36
37
38
39
40
4I
42
43
44
45
e. Other City :representatives
f. Others as appropriate
4. Construction Schedule
a. P:tepare baseline constructioa schedule in aecordance with Section OZ 32 I6 and
provide at 1'reconstruction Meeting.
b. City wi11 notify Contractor oi any sched.ule changes upon Notice of
Precons�ruction Meeting.
5. Prelimina�y Agencfa may include:
a. Introductibn ofProject Personzzel
b. General Description ofProject
c. Status of right-of-way, uiility clearances, easeznents or oth.er pertinent permits
d. Contractor's wark plan and schedute
e. Contract T"izne
f. Notice to Proceed
g. Construction Staking
h. Progress Paynn�nts
i. Exh�a Work and Change Order Procedures
j. Field (]rders
k. Disposal Site Lett�r for WasYc Material
!. Insurance Renewals
m. Payroll C�rtification
n. Material Certiiications and Qua.1i#y Control Testing
o. Public Safety and Convenience
p. Dacumentanon of Pre-ConsYt'�ction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Tr�neh Safety Plans
t. Canfined Space Entry ,Standards
u. Coordination with Yhe City's rep resentat[ve far operat�otas of existing water
sysiem�
v. Storm Water �allutian 1'revention Plazz
w. Coordination vaith other Cantractors .
x. Early Wat�ing System
y. Contractor Evaluation
z. 5pecial Conditions appIicable to the project
aa. Datnages Claims
bb. Subnn.ittal Procedures
cc. Substitui�on Procedures
dd. Correspondence Rauting
ee, Record Drawings
ff. Temporary construction facilities
gg. M/V�IBE ar M�E/SBE pxocedures
hh. Fi:nal Acceptaaace
ii. Final Payment
jj. Questions ar Commen#s
CITX OP FORT WQRTH 1VQRTHI'qINTE 24-INCH WAT�R TRAN$Mf5SI0N NfA.QJ (N4-lA)
STANDARD G�N5TRi7CTIpN SPEC�FICATION DQCUMEIV'['S City ProjacY F�To. 103505
Revised August 17, 2012
O1 31 19 - 3
PRECOIVSTRUGTTOIV MEETING
Page 3 of 3
1 ]..5 �iTBNIITTALS [NOT LI�SED]
2 1..6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT IISED]
3 1.7 CLO,SEOUT SUBMITTALS jNOT �CTSED]
�} �,g MAXNTENANCE MA.T�RIAL SUBNIITTALS [NOT USEDj
5 �.9 QUALITY ASSiTRANCE [NOT USED]
6 1.10 DELIVERY, ST�R�iGE, AND HANDLING [NOT IISED]
7 l.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.1.2 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT C7SED]
10 PART 3- EXECUTIDN [NOT USED]
11
12
13
END OF SECTION
Revis�on Log
DATE NAME SUMM�'.RY OF CHANG�
CITY �� FORT WOKTH NORTHPOINTE 24-INGH WATER TRANSi�'1I551ON MAIN (N4-1 A)
STAi�fDART] C.ONSTRUCITOI+F 5PECIFICATION DOCUMENTS City ProjectPCo, 1035Q5
Revised August 17, 2012
ot�i2o-t
FRO7ECT MEETINGS
Page 1 of 3
1
2
3
SECTZON 0131. 20
PROIECT MEETINGS
�Specifier: This Specificataon is intended jor usr on proje�rs de�ignat�d as Trer 3 or Tier 4.]
4 PART1- GENERAL
5 1.1 �UMMARY
6
7
8
9
10
11
I2
13
1�}
�5 x.2
A. Section Includes:
1. Provisions fnr project meetings throughout the construction period to enable orderly
re�iew of the progress of the Work and to provide foz' systematic discussian of
potential prohlems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily litnited to:
1. Di�+ision D-� Bidding Rec�uirements, Contract Forms and Conditians of the Contract
2. Division 1— General Requireinents
PRICE AND PAYMENT PR�CEDURES
16 A. Measurement and Payment
l� 1. Work associated with this Item is considered subsidiary ta the various items bid.
1g No separate payment will be allowed for this Item.
I9 1.3 R�+ �+ERENCES [NOT USEDj
20 1.4 A.DNIINISTRATIVE REQUI.KEMENTS
2I
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
A. Coordination
1. Schedule, attend and administer as specifed, periodic pragress meetings, and
specially called meetings thraughout progress of the Work.
2. Representati'ves of Contractor, subcontractors and suppliers attenciing nrzeetings
shall be qualified ar�.d authorixed to act on behalf of fhe entity each represents.
3. Meetings admjnist�red by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and z'etained by City for
future reference.
4. Meetings, in addition to thos� specified in this Seetion, may be held when requested
by the City, Engineer ar Contractor.
B. Pre-Construction Neighborhood Meeting
]. After the e�cecu�ion of the Agreement, but before construction is allovved to begin,
attend 1 Public 1VIeet.ing with affected residents to:
a. Present projected schedule, inclL�ding construction s�art date
b. A.nswer any construction reiated quesiions
2. Meeting Locatit�n
a, Location of ineeting to be determined by the City.
3. Attendees
CITit OF FORT WORTH NOIt'CHPOiNTE 24-INCH WAT�R TRANSMi53lON MAIN (N4-1 A)
STAh3DARD CONSTItUCTION SP�CIFTCATI�N DOCI71vIENTS City ProjectlVo. 103505
Ravised July l, �0 f 1
ot 3i 2a -2
PROJEGT ML•.E'I'INGS
Page 2 af 3
Z
2
3
4
5
5
7
S
9
1D
11
12
13
14
I5
16
17
18
19
20
21
22
23
24
25
2b
27
28
29
3D
31
32
33
�4
35
36
37
38
39
40
41
42
43
44
45
4b
47
48
a. Cantractor
b. Project Representative
c. Other City representativ�s
4. Meeting Schedula
a. In generaI, the neighborhoad meeting vaill occur within tl�e 2 weeks following
�he pre-construct�on conference.
b. In no case wilI constructlon be allovved to begin until this meeting is held.
C, Progress Meetings
1. �'ormal praject coordination meetings wi11 be held periodieaIly. Meefings will be
schedulec! and ad�ninistered by Project Aepresentative.
2. Additional progress meetings to discuss specif c tapics vaill be conducfed on an as-
needed hasis. Such additional meetings sha11 include, but not be limited to:
a. Cooz'dinating shutdawns
b. InstalIation of piping and equipment
c. Coordination between other constructio.n projects
d. Resalution of consiructian issues
�. Equrpm.ent appraval
3. The Project Represantative will preside at progress meetings, prepare the notes of
the trzeeting and distribute copies of th.e same ta alI participan�s who so request by
fully completing the attendance fortn to be circu�ated at the beginning oi each
mee#i:ng.
4. Attendance shali inciude:
a. Contcactor's project manager
b. Contractor's superintendent
c. Any subcontrac#or or supplier representatives whom the Contractor �nay desire
to invite or the City may request
d. Engineer's representatives
e, City's rapresentatives
£ Others, as raquested by the Project Representative
S. Freliminary Age�da may include:
a. Review flf Work progress since pre�ious tneeting
b. Field observa#ions, prablems, confiicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery scheduIes
e. � Review of construction interfacing and sequencing requirements vt+ith other
cnnstruction contracts
f. Correc#ive measures and procedures to regain projected sehedule
g. Revisions to constructiaza schedule
h. Progress, scheaule, during succeeding Wark period
i. Conrclination of schedules
j. Review submittal schedules
k. Maint�nance of quality standards
l. Pending changes azid substitutians
m. Review proposed changes for:
1) Effect nn construction schedule and on completion date
2) Effect on other contracts of f.he Project
n. Review Record Documents
a, Review manthiy pay request
CITY QF FOftT WQRTH NORTHPOIIVTE 24-]NCH WATER TRANSMISSION MA1N {N4-]A)
STANDARD CONSTIiUCTION SPECIFICATIQN DOCi1IvISNTS City Froject No. ] 03505
Revised ruly 1, 20l 1
O1 31 20 - 3
PR07ECT MEL�TINGS
Paga 3 of 3
1
2
3
4
5
6
7
8
9
10
lI
12
13
1�
15
J6
17
18
19
20
p. Revier�v status of Requests fnr InformaYion
6. Meeting Schedule
a. Progress meetings will be held periodically as dete�rnined b}� the Pro,�ect
Represez�tative.
1} Additional meetings may be held at the request of the:
a) City
b) Engineer
c} Contractor
7. Meeting Location
a. The City will establish a meeting location.
1} To the extent practicahl�, meetings wi�l be held at the Sife.
1,5 SUBNIITTALS [NOT USED]
1.6 ACTION SUBMITTAL5IXNFORMATIONAL ST7BMITTALS [NUT USED]
1..7 CLOSEOUT SUBMITTALS jNOT USED]
1.8 MA�N'TENANCE MATERIAL SUBM�TTALS [NO'T USED]
1.9 QLTALITY ASSURANCE [NOT USED]
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.17 FIELD �SITE] CONDITIONS [NOT USED}
1.12 WARRAN'T7C [NUT USED]
PART 2 - PRODUCTS [NOT USED]
21 PART 3- EXECUTION jNOT USED]
22
23
DAT� NAME
2�
END OF SECTION
Revisior► Log
SLTMMARY �F C�IANGE
CITY OP FORT'WORTEI NORTHPOIl�!'T'E 24-INCH WATER TRANSNIISSION MAiN (NA�-lA)
STANDFIRD CONST�tUCTION SP�CIFSCATION DOCUMENTS CiryProjectNo. 103505
Ravised 7uly 1, 2011
013216-1
CONSTRUC�'ION PRQGitES5 SCHEDULE
Page 1 of 5
1
2
3 PART1- GENERAL
4 1. ] SUMMARY
5
b
7
8
9
10
11
�ECTION 013216
CONSTRUCTION PR�GREBS SCHEDULE
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specifc requirements are pres�nted in the City af �ort Worth Schedule Guidance
Document
B. 'Deviatians from this City Qf Fart Worth Standard Specification�
None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 l. Division 0—Bidding Requirements, Contract Forms and Condit�ons o�the Contract
�q. 2. Divisian 1— General Requirements
15 1.2 PRxCE AND PAYMENT PROCEDURES
15 A. Measurement and �ayment
17 1, Work associated with this Item is considered subsidiary to the various items bid.
1 g No separate payznent will be allawed for this Item.
19
20
21
22
23
24
25
26
27
ZS
29
30
31
32
33
34
35
36
37
38
39
4D
1.3 REFERENCES
A. Definitions
1. Schedule Tiers
a. Tier 1- No schedule st�bmittal required hy cantract. Stnall, brief duraiion
projects
b. Tier 2- No schedul� submit#ai required by cantract, but wil� require same
milestone dates. 5ma11, brief dur�tion projects
c. Tier 3- Schedule submittal required by contract as described in the
Specification and herein. Majority ofCity projects, including ail bond program
proj ects
d. Tier 4- Schedule s�bmittal required by contra�t as described in the
Specification and hexein. Large and/or corz�plex projects with long durations
l.} ExampJ.es: large water pump station project and associated pipeline with
intercozlnection to another governmental entity
e. Tier 5- Schedule submittal required by contract as described in the
Speciiication and herein. Larg� andlnr very cornQlex projects r�ith long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2, Baseiine Schedule - Initial schedule subtnitted befnre work begins that will setve
as the baseiine far measuring pragress and departures from the schedule.
3. Progress 5chedule - Monthly submittal nf a progress scl�edule documenting
pz'ogress on the project and any changes anticipated.
CITY OF FdKT WO1tTH NORTHPOIN'PE 24-IIVCH WATER TAAi�TSiv1ISSION MAIN (NA-f A)
STANDARD C01�fSTRUCTION SYECIFICATION IaOC[TMIENTS Ciity Project �Tn. 103565
Ae�ised ]uly I, 201 i
01322b-2
CONSTRUCTION FROGRESS SCHEDi7I.F.
Page 2 of S
1 4. Schedule Na�ra-ative - Concise narrati�e of the schedule including schedule
2 changes, exp�cted detays, key scheduTe issues, critieal path ifiems, etc
3 B. Reference Standards
4 1. City of Fort Worth Schec�ule Guidanc� Dacument
5 1.4 ADMINISTRATNE REQiTIREMENTS
6 A. Baseline Schedule
7 I. General
S a. Pr�pare a cost-ldacled baseline Schedule �sing approved software and the
g Critical Path Methad {CPM) as required in the City ofFort Worth ScheduIe
YD Guidance Docurrzent,
11 h. Re�i�w tl�e draft cost-loaded baseline Schedule w�ith the City to dem.onsfrate
�2 understanding oftha work to be perfarmed and know:n issues and constraints
Y3 related to tk�e scheduIe.
14 c. Designate an authorized representative (Project Schedt�ler) responsible for
�5 developing and Lipdating the schedule and preparing reports.
Z6
17
18
B. Progress Schedule
1. Upda#e the progress Schedu�e monthly as required 'ua the City of �'ort Wort�
Schedul� Guidance Documex�t,
19 2. Prepare the Schedule Narrati�e to accompan.y the 2nonthly progress Schedule.
Zfl 3. Change Orders
�1 a. Incorparate approvad change arders, resultzng in a change of contract time, in
�Z the baseline Sclledule in accordance with City of Fort Worth �chedule
�� Guidance Documer�t.
24
25
26
27
28
29
30
31
�2
33
34
35
36
37
3.8
39
40
4I
42
�3
44
�5
46
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress 5chedule and CPM Status
Report that delays to the critical path have resulted and the Contract com�letion
date wilI not be met, or whan so directed b� the City, make some or all of the
fo.�lowing actions at no additional cost to the City
a. 5ubrnit a Recovery PIan to the City for approval revised baselin� Schedule
outlinitag:
1) A written statement ofthe steps intended to take to remove or arresi the
delay to the crltical path in the approved schedule
2} Increase construction manpower in such quantities and crafts as will
su6s#antialIy eliminate the backlog of wark and return current Sclaedule to
meet proj�cted baseline comp�etion dates
3) Increase tha number of working hours per shzft, shifts par day, working
days per week, the amount of construction equiptnent, or ar�y combination
of t�Ze foregoing, sufficiently to substantially eliminate the backlog of work
4) Reschedule activities to achieve mauimum practical concurt�ency of
accompIishment of activities, and comply with the revised schedule
2. If no written stat�ment of the staps intendad to take is submitted when so requested
by tha City, the City may dir�ct the Contractor to increase the level of effort in
ma.npower (trades), equipment and wor� schedule (o�+ertime, weekend ar�d holiday
work, etc.) to be employed by the Contractor in order ta remove or arrest the deIay
to the critical path in the approved schedule,
a. No additional cost for such v,+nrk will be considered,
CITY OF I'ORT WQRTH NORTHPOTNTE 24-INCFi WATER TRANSMISS[O�f 1VIAIN {N�-]A)
STANDARD CONSTRUCTION SPECIFICATION DOCUMBNT'S Ciry Project No. ] 03505
Revised 7uly 1, 2011
oi3zi6-3
CO?�ISTItUCTION PROGRESS SCHELiULE
Paga 3 of 5
I D. The Contracf comp�etion time wi11 be adjusted only �or causes specified in tY►is
2 Cantract.
3 a. Requests far an extension of any Contract completion date musi be
4 supple:mented with the following:
5 1) Furnish justification and s�zpporting evidence as the City may deenn
6 necessary to determine whether the requested extension oftime is entitled
7 under the pravisians of this Contract.
8 a) The City wi1l, after receipt of such justification and supportizag
9 e�idence, rrjalce imdings of fact and will advise the Coniractor, in
10 writing thereof.
11 2) If the City finds that the requested exterision af time is entitled, fihe City's
12 determination as to the totai number of days allowed for the extensions
13 shall be based upon the approved tatal baseline schedule and on all data
14 relevant to the extension.
15 a) Such data shall be included in the next updating of the Progress
16 schedule.
I7 b) Actual delays in acti�ities which, according to the Baseline schedula,
18 do not af%ct any Cantract completion date shown l�y the critieal path in
19 the network wiIl not be the basis for a chan�e therein.
zo
21
22
23
24
25
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
40
A1
42
43
44
45
46
�
3:
Submit each request for change in Contract completion date to the CiTy within 30
days after the beginning ofthe delay for whic� a time extension zs requested but
before the daie of iinal payment under this Contract.
a. No time extension wzll be granted for req�ests which are not subrnitted within
the foregoing time liznit.
b. Frorn time ta tim�, it may be necessary for the Contract schadule ox completion
time ta be adjusted by the City ta reflect the effects of job eonditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the Ciiy or its
representatives, and other unforeseeable conditions which zx►ay indicate
schetlule adjustments or cample�ion time extensions..
1) Under such eonditions, tne City will direct the Contractor to reschedule Y.he
vvork or Contract completion iime to reflecf the changed conditions and th�
Contractor shall revise his schedule accordingly.
a) . No additional compensation will be made to the Ca�tractor for s.uch
schedule ch�.nges except for unavoidable overall contract time
ext�nsions beyond the actual eompletinn af unaffected work, in which
case the Contractor sha11 take ali possible acfion to minimize any time
extension a.z�d any additionai cost to the City. �
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
Float ar slacl� ti�e is defined as the amount of tiztze between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain af activities on the Baseline Schedule.
a. Float oz' slack time is not for the exclusive t�se or benefit of either the
Contractor or the City.
b. �'z'oceed with work acearding to early start dates, and the City shall hav� the
right to reserve and appartion float tizna according to the r�eeds of the project.
C1TY bF TORT WORTH NORTHPOINTE 24-INCH WATER TRANSMI55ION MA1N (�f4-It�,)
STANDARD CONSTRUCT`TON SPECIFiCATION DOCUMENTS Ci .ry 1'roject No. 1035U5
Revis�d duly l, 2011
0132ib-4
COIVSTRUCTION PRpGRESS SCHEDULE
Page 4 of 5
1
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
c. Acknowledge and agree that actual delays, affecting paths of actiwities
c�ntaining float time, will not ha�e any e�'ect upon contract completion times,
providing that the actual delay does nat excaed the flaat time associated with
those activities,
E. Coordinating Schedule with Other Contract Schedules
1. Where work is to be performed under this Contract concurrently with or contingent
upon wark perfarmed on the same facilities or area under ather cantracts, the
Baseline Schedule shall be coordinated with the schedules af t�e other contracts.
a. Obtain the scheduIes of the other appropriate contracts from the City for the
preparation and upda#ing of Bas�Iine scheciule and make the required chata�es
in his sehedule when indicated by changes in corresponding schedules,
2. In case of inierference between the operatians o�f di�fferent contractors, t17e City will
�eterznine the work priar�ty of each contractar and the sequence ofwork necassary
to �xpedite the completion of the entire Proj�ct.
a. In such cases, the decision ofthe City shall be accepted as fnal.
h. The ten:zporary delay of any work due to such circumstat�.ce� shalI not be
considered as justiiication for claims for additional campensation.
18 1.S Si3BMITTALS
19 A. Baseline Schedule
20 1. Subrnit Schedule in native �le format and pdf format as required in the City of Fort
21 Worth Schedule Guidance Document.
22 a. Native file format includes:
23 1) Primavera (P6 or Prima�rera Cantractor}
2� 2. Subm�t draft baseline Schedule to City priar to fhe pre-constructian meetin� and
25 bring in hard copy t� the meeting for review and discussian.
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format and pdf format as r�quired in tkze
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress 5chedule manthly no later than the Iast day of the inonth.
30
31
32
33
34
35
3b
37
38
39
C. Schedule Narrati�e
i. Subrnit the schedule narrati�e in pdf farmat as requlred in th.e City of Fort Worth
Schedule Guidance Dncument.
2. Submit schedule narrative monthly no latet� than fh� last da� of tha month.
D. Subnaiital Pracess
1. The City administers and manages schedul�s thrat�g.,k� �uzzsaw.
2. Contractor shall subzzait docuznents as required in the City of Fort Worth ,�chedule
Guidanee Documant.
3. �nce the project has been completed a.nd Pinal Acceptance has been issued by the
City, no further progress schedules are raquired.
CITY OF PORT WORTH AT�I2THPOINTE 24-INCH WATER T1iANSI�SSION MAIN {N4-lA)
STANDARI} CONSTRUCTIQN SPECIFICATION D�CUMENTS City Project No. 143505
Revised luly 1, 2pi 1
013216-5
CONSTRUCTIOIV PItOGRESS SCHEDUC,�
Page 5 of 5
I 1.6 ACTION SUBMITTALSIINFORMATIONAL SUSMITTALS [NOT USED]
2 I.7 CLOSEDIIT SUBMITTAL� �NOT USED]
3 1.8 MAINTENANCE MATERiAL SUBMITTALS [NUT USEDj
4 1.9 QUALITY ASSURANCE
5 A. The person preparing and revising the construction Progtess Scnedu�e shall be
6 exparienced in tne preparation of schedules of similar complexity.
7 B. Schedule and supporting documents addressed in this Spacificatioi� shall be prepared,
8 updated aiad revised to accurately reflect the performanee of the constructiQn.
9 C. Contractor is responsible for t�e quaiity of all sub.miitajs in ti�#s section �eeting the
1� standard oi care for the constzuction industry for similar projects.
1 j 1.10 DELIVERY, STORAGE, AND HANDLING �N'OT iTSED]
].2 1.11 FIELD [SITE] CUNDITIONS [N�T USED]
13 1.1ti WARRt�NTY [NOT iTSED]
14 PART � - PRODUCTS [NOT USED]
i5 PART 3- EXECUTION �NOT USED]
lb
17
18
END OF SECTI4N
CITY OF FORT WORTH NORTHT'OINTE 2G-INCH V4fATER TRANSMTSSION NIA1N (N4-! A)
5TANBARD CONSTRUCTION 5PECIFiCATION DQCUMENTS City �roject No. 103505
Revised 7uly 1, 2011
p l 33 00 - I
SLiBMITTALS
Page 1 of 8
1
2
3 PART1- GENERAL
4 1.1. SUMMARY
5
6
7
8
9
10
11
12
13
14
I5
16
17 1.2
SECTION 0133 QO
SUBMITTALS
A. Sect.ion Includes:
I. GeneraJ. methods and requirements of submissions applicable to the fallpwing
Work-related subrniitals:
a, Shop Drawings
b. Product Data {incIuding Standard Product List submittals)
c. Samples
d. Mock Ups
B. DeviaYians frQm this City afk'art Worth Standard Specifica�ion
1. Nane.
C. Related Specification Sections include, but are :not neeessarily liraitad to_
1. Division 0— Bidding R�quirements, Contract Forms and Conditions ofthe Contract
2. Division 1— GeneraI Requirements
PRICE AND PAYMENT PROCEDURES
18 A. Measuz'ennent and Payment
19 I. Work associated with this Item is considered subsidiary to the various items bid.
2p Na separate payment wi11 be allowed for tlsis Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMIl�ISTRATIVE REQUXREMENTS
23
24
25
2b
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
A. Coordination
1. Notify the Ciiy in writing, at the time of submittal, of any deviations in the
submittals from the requirements of tkze Contract Docunrzents.
2. Coorciination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance af
performing the related Work or oth.�r applicable activities, ar within the time
specified in the in.dividual Work Sectians, of the Speci�icatians.
b. Contractor is responsible suc� that the installation will not be delaye.d by
processing times incluciing, but not limited to:
a) Disapproval and resubmittal (if required)
b} Coordination with other submittals
c) Testing
d) Yuz'chasing
E) Fabrication
� Delivery
g) Sin�.ilar sequenced activities
c. No extension af time wili be authorized because of Yhe Contractor's fail�re to
transmit submittals sufficiently in advance o�'the Work.
CITY OF �ORT WORTH NpRTHPOINTE 24-INCH WAT�R TRAN5MIS5ION MAIN (N4-1A)
STANDARD CONS'ERUCTION SPECIFICATION DOCUMENTS Ciry Project No, 103505
Revised Dacember 2D, 2012
Ol 33 00 - 2
SUBIvIITTALS
Page 2 of $
1
2
3
4
5
b
7
8
9
10
11
12
13
14
15
l6
i7
I8
19
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
40
�1
�42
43
44
4S
46
d. Make submittals prozz�ptly in acc.ardance v�rith approved sc�edule, and in such
sequence as to cause no delay in the Work or in the u+ork of any othar
contractor.
B. Subm.ittal Numbering
1. When submitting shop dra�+ings or samples, utilize a 9-character subnnittal cross-
reference identiiication numbering system in the follow[ng manner:
a. i7se the frst 6 digits of the applicable Specifcation Section Number.
b. For tha ne� 2 digits number use numbers Q1-99 ta sequentially number �ach
initial sepa.rate item ar drawing s�abmitted under each specific 5ection number.
c. Last use a letter, A-Z, indicating #he resuhmission of the same dra�ving (i.e.
A=2nd submission, B-3rd s�bmission, C=4th subrnission, etc.). A typical
submittal number would be as follows:
03 30 OQ-OS-B
1) 03 30 00 is ihe Speciiication Section for Concrete
2) 08 is the eighth. initial subrnittal utzder this 5pecification Section
3) B is the third submission {second resubmission) of that particular shop
d rawing
C. Contractar Certification
1. Review shop drawings, product data and samples, including those by
subcontz•acto:ts, prior to submission #o determine and verify the following:
a. Field nneasurements
b. Field construction criteria
c. Catalog numbers an.d simi�ax data
d. Conformance with the Contract Docutnents
2. Provide each shop drawing, sample and praduct data submitted by the Contractor
with a Cet-tif�cation Statement af�xed incl�ding:
a. The Contractor's Company name
b. Signatur� of submittal revievcr�r
c. Certi�cation Statem.ent
1} `By this submittal, I hereby repx•esent that I have deterrnined and verified
field measureatza�nts, field construction criteria, materials, dimensions,
catalog n�mbars and similar data and I ha�e checked and coordinated each
itarn with other applicable appraved shap drawings."
D. Submitfal Format
1. Fo1d shop drawings larger than $%Z inches x 11 inclaes to $'/2 inches x 1 l.inches.
2. Bind shop drawings and product data sheets tagether,
3. Order
a, Gover 5heet
1 } Desct7iption of Packet
2) Cantractor Certificaiion
b. List of iterr�s 1 Table of Contents
c. Product Data /Shop DrawingsfSamples /C.alculations
E. Subzn�iital Content
1. The date of submission and th� dates of any previous submissions
CITY OF FORT W�It'I'IX NdRTfiPOIR'TE 24,INCH WATER TRAAISMISSION MAIF�T (N4-11�)
S'fANDARD CONSTRUCTIQN SPECIFiCATION DOCUMENTS City Project No. 103505
Revised December 30, 2072
013300-3
SUBMITTALS
Page 3 of 8
1
2
3
4
5
6
7
8
9
10
I1
12
13
14
15
1G
17
1$
19
20
21
22
23
24
25
26
27
2$
29
3Q
31
32
33
34
35
36
37
38
39
40
41
�2
43
44
45
46
2. The Project title and number
3. Contractor identificaiinn
4. The naznes of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identi�tcation af the product, with the Speciiication Sectian number, page and
paxagraph{s)
6. Field dimensiox►s, clearly ideniified as such
7. Relation io adj acent or criticai features of the Work or materials
&. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of der�iatians from Contract Documenis
10. Identification by highIighting of revisions an resubmittals
11. An 8-inch x 3-izich blank space far Contractor and City stamps
F. Shop Drawings
1. As speciii�d in individua! Work Sections includes, but is nflt necessarily litnited to:
a. Gustom-prepared data such as fahrieation and erectionlinstallation {working)
drawings
b. Scheduled informatian
c. 5etting diagrams
d. Actual shopwork manufacturing instructians
e. Custom templates
£ Special wzring diagrams
g. Cnnrdination drawings
h. Individual system ar equipment inspection and test reports including:
1) Perfoxtnance curves and certificatinns
i. As applicable to the Woz'k
2. Details
a, ReIation of the various parts to the main merz�bers and Iines of t�e structure
b. Where correct fabrication of #he Work depends upon field measurements
1) Pro�ide such maasuxements and note on the drar�vings prior to su6mitting
for appro�al. '
G. Product Data
1. For submittals of producf data far products i�ciuded on the City's Standard Product
List, clearly identify each item selec�ed for usa on the Froject.
2. Fnr snbmittals of product data for products not included on th� City's Standard
Prociuct Lis#, submittal data may include, but is not necessarily lztt�ited to:
a. Standard prepared data for manufacfured products (sometimes referred to as
catalag data)
1} Such as the manufacturer's praduct speclfication and iz�stallation
instructions
2) Availability of colars and patterns
3) Manufacturerr's printed statements of compliances and applicability
4) Roughing in diagrams and templaies
5} Catalog cuts
6) Product photographs
C!T'Y OF FOILT WORTH NORi'Hl'OINTE 24-INCH WATER TRAN5MI35ION MAIN (N4-IA)
STANDARD COlYSTRUCTION Si'ECIFICA.TIQN DOCiJM�NTS City Project ido. 1035G5
Revised December20,2D12
oi s3 00 - 4
SUBM[TTALS
Page 4 of 8
1 7) Standard wiring �iagrams
2 8) Printed performanee curves and operational-range diagrams
3 9) Pradttction or quality contral inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recanrzmended
6 spare-par�s listing and printed product warranties
7 12.) As applicable to the Work
8 H. Sampl�s
9 7. As specified in indi�idual Sections3 include, but are .nof necessarily limited to:
10 a. Physical examples af the Work such as:
11 1) Sections afmanufactur�d or fabricated Wark
12 2} Sr�nall cuts or contalners of materials
13 3} Complete units of repetitively used products color/textur�/pa�tern swatches
1� and range sets ,
15 4) Specimens for coordinat�on of �isual effect
I6 S) Graphic symbols and units af Wnrk to be used t�y the City for independent
17 inspection and testing, as appIicable to the Work
18
19
2Q
Zz
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
�'�
38
39
40
41
�42
43
44
45
46
47
Dq not start Work requiring a shop drawing, sample or product data nor any mater'1a1 to
be fabricated or installed prior to the appraval ar qualified approval of such item.
1. Fabrication performed, materials purchased or an-site construction accor,nnplished
which does not confor�n ta approved shop drawings and data is at the Contractor's
risk.
2. The City wiIl not be ]iable for any expense or delay due to correctlans or remedies
required to accomplish conformity.
3. Camplete project Work, materials, fabrication, and installatio.ns in coz7formance
with approved shap drawings, applicable satnples, and product data.
J. Submittal Distributian
1. �lectronic Distribuiion
a. Coniinn developmen.t oiProject directory for eIectrqnic s�zbmit#als to be
upload�d to City's Buzzsaw s�te, or another external FTP site approved by the
City,
b. Shop Dravvings
I} Upload submittal to designated proj�ct directory and notify appropriate
City repres�nfatives via email of sabmittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) I.f Contractor require� mare than 1 ha�rd copy of Shap Drawings
returned, Cantractor shal2 suhmit more than the number a�copies listed
above.
c. Praduct Data
1) Upload subrnittal to desigziated project directozy and notify appropriate
City representatives via email of submittal posting.
2} Haxd Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to #he Project Representative
2. Hard Copy Distribution (if z'equired in lieu of e�ectronic distributionj
CITY OF FORT WpRTH NORTHI'OiNTE 24-INCH WATER TitA2�[SIuI�S5I0N Mi�IN (N4-1A)
STAIaiDARD CONSTRUCTTON SPECiFICATION DOCUMENTS Ciry Project No. L03505
Rev ised Decem6er 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
1 a. Shop Drawings
2 I) Distributed to the City
3 2) Copies
4 a) S copies far mechanical subznittals
g b} 7 co.pies for aII other submittals
6 c) I� Contractor requires more than 3 copies of Shop Drawings returned,
� Contractor sk�all sL�bmit more than the number af copies Iisted ahove.
8 b. Pz'aduct Data
g 1} D'rstributed to the City
10 2} Copies
11 a) 4 copies
12 c. Samples
13 1) Disirihuted to the Praject Representative
lq 2} Copies
15 a} Subn:zit the number stated in the,respective Speciiication Sections.
16 3. Distribute reproductions of approved shog drawings and copies of approved
I7 product data and samples, vvhere required, to the job site file and elsewhere as
18 dit�ecied by the City.
19 a_ Provide nusnber of copies as directed by the City but not exceeding the nutnber
�p previously specified.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
K. Submittal Review
2.
4.
The review of shop drawings, data and samples will be far ge�ez'ai conformance
with the design concept and Con.tract Documents. Th1s is not to be construed as:
a. Fermitting any departure from the Contract requirements
b. Relieving the Contractoz' of responsibility ft�r any errors., includi�g d�tai3s,
dimensians, and materials
e. Approving de�aartures from details furnish�d by the City, �xcept as otherwise
provid�d herein
The review and appro�al of shop drawings, samples or product data by tS�e City
does not relieve the Contrac#or from his/her responsibility vvith regard io. the
fulfillment of t�e terms of the Contra�t.
a. All risl�s of er�or and omission are assunned by the Contractor, and the City will
have no responsibiIity therefore.
The Cantractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabricatian processes,
for techniques af assembly and fox perFortning Work in a safe manner.
If the shog drawings, data or samples as submitted describe variations and show a
depat�ture from the Contract requirements wk�ich City finds to be in #he interest of
the City an.d to be sa minar as not to involve a change in Contract Price or time for
perfor�nance, the City may rettu�r► the revi.ewed drawings without noting an
exception.
Submittals wi11 be returned to the Contractor under 1 of the foliowing codes:
a. Code 1
1} "NO EXCEPTIONS TAKEN" is assigned when. there are no notatioris or
eomments on the submittal.
a) When returned under tl-us code the Contractar may release the
equipment a�dlor material far manufacture.
b. Code 2
CITY Ok' FORT WORT43 I�tORTHPOTNTE 24-INCH WAT�i TRANSMISSION MAIN (N4-lA}
STANDARD CONSTKUC'i'ION SPECIFICATIDN DOCUIVIENT5 City Projecf No. 703505
Revised December20, 2Q12
O133QO-b
5UBMTTTAL5
Page fi of 8
1 1) "EXCEPTI�NS NQTED". This code is assigned when a conf"irmation of
Z the notations and comments IS NOT required by the Coniractor.
� a) The Contractor rz�.ay release the equipment or material for manuf�.cture;
� however, all notations and comrnents mus# be inco�-porated into the
5 final product.
6 c.
7
9
10
11
12
13 .
14
15
16
17
18
f9
20
2.1
22
23
24
25
2b
�7
28
29
3D
31
32
33
34
35
36
37
3$
39
40
4I
42
43
44
45
cl.
Code 3
1) "EXCE�'TIONS NOTED/RESLTBMIT". This combination of codes is
assigned when notations and comments are extatxsive enough to r�quire a
resubrnittal of the package.
a} The Contractor may release the equipment or zlaaterial for mar�ufacture;
however, all notations and comments must be ineorporated into the
tinal product.
b) This resubmittal is to address aIl comments, omissions and
non-confortning ztems that were nated.
c} Resubmittal is to ba r�ceived by the City within 15 Calendar Days of
the date of the City's transmittal requiz�ng the resuhmittaI,
Code 4
1) "NOT APPROVED" is assigned when the snbmittal does nat meet the
intent of the Contract Documents.
a) Tha Cantractor must resub�nit the entire package revisad to b:ring fihe
submittal into confarmance.
b) It may be necessary to resubmit using a different manufacturer/vendaz'
ta meet the Contract Docurnents.
5. Resubmittals
a. Handled in the same manner as first submittals
1} Corrections other than requested by the City
2) Marked with revision triangle or other similar r�ethod
a) At Cantractor's risk if nat rnarked
b, 8ubmittals for each item wi11 be reviewed no more than t�ice at the City's
expensa.
I) Al� subsequent revie�ws will be perform�d 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 reimbursement to #he C�ty within 30 Calendar Days for
all such �ees invoiced by th.e City.
c. The need far more than 1 resubmission or any o.ther delay in obtaining City's
review af submittal5, wi11 not entitle the Contrac#or to an extension of Contract
Time.
7. Partial Submitta�s
a. Gity reserves the right ta not review submittals deemed partial, at �e City's
drscretion.
b. 5ubmittals deemed by the City to I�e not complete will be returned to the
Contractor, and will be considered "Not Approved" un�il resubrrzitted.
c. The City may at �ts option provide a Iist or maxk the suhmittal directing the
Contractor to the areas that are incomplete.
46 $. If the Cantractor considers any correctian indicated on the shop drawings tp
47 canstitute a change to the Contract Documents, the� written notice must be
48 pravided thereof to the Ctty at least 7 Calendar Days priar to release for
9�9 manu�acture.
CiTX OF PUfLT WORTH N�RTHPOINTE 24-IluCH WATELZ TRANSMISSIOI3 MA[N (N4-1 A)
STANDARD CONSTRUCTION SPECIF[CATION DOCCJMENT5 City Froject lYo. 1035Q�
Revised December 20, 20 [ 2
013300-7
SiJBMITTALS
Page 7 of S
1
2
3
4
S
�
10
When t�e shop drawings har�e been completed to the satisfaction of the City, the
Confractor may carry out the constructia� in accordance therewith and no fut�Yher
changes therein �xcept upon v�ritten instructions from th� City.
Eaoh submittal, apprapriately codad, will be returned �aithin 30 Calandar Dxys
following receipt af submittal by the City.
6 �.. Mock ups
� 1. Mock Up units as specified in individual Sections, include, but az'e not necessarily
g limited t�, compj�te units of the standard of acceptanca for that iype of Wark to be
9 used on the Froject. Re�nove at the compl�tion of the Work or when direcied.
14 M. Qualifications
� 1 1. If specifically requix'ed in oth�r Sections of these Specifcations, submit a F.E.
12 Certification for each item requiz'ed.
13
14
15
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
N. Request for Information (RFI)
1. Co:ntractor Request for addi�ional information
a. Glarificati�n or interpretation of the cantract documents
b. When the Contractar belie'ves there is a conflict between Contract Documents
c. WY�en the Contractor belie�es there is a canflict between the Drawings and
Specifica�ians
1) Identify the conflict and request clarification
2. Use the Request far Infom�.ation {RFI) form provid�d by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series nurnber, "-sc�", beginz�ing with "O 1" and
inereasing sequent�ally with each additional transmittal.
4. Sufficient information sha11 be attached to per�uit a written response without further
information.
5. Tha City will log each request and will review the request.
a. If review ofthe project inform.ation request zndicates that a change to the
Contract Documents is required, the Ci�y will issue a Field Order or Change
Ordez', as appropriate.
30 1.5 SUBM�TTALS [NOT USED]
31 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [N�T iTSED]
32 1.'% CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEI?]
34 ' 1.9 QUALITY ASSURANCE [NOT USED]
3S 1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISED]
36
1.11 FrELD [SxTE] CONDXTIONS [NOT i]SED]
3?' I.12 WARRANTY [NOT IISED]
C1TY OF FORT WORTH MORTHPOINTE 24-TNCH WAT'ER TKANSMI55ION MA1N (N4-IA)
STANDALtD CO�TSTRifCT10N SPECIFICATION DOCUMEIVT5 �ity 1'roject No. 103505
Revised Deeember2U, 2D12
oi3soa-s
SUBMITTALS
Page S of 8
1 PART 2- PRODUCTS �NOT USED]
2 PART 3- EXECUTION [NOT USED]
3 END OF SECTION
Aevision Log
DATE I NAME I SUIvIlVIARY QF CHANGE
12120/�.012 ➢, 7okuisnn I I.4.K,8. Working Days modified to Calendar Days
CITY QP FORT WORTFI NQRTHPOIN"I"E 24-INCH VVAT�R TRANSMTSSION M,�1N {N4-1 A)
STANl?ARD CONSTRUCTTON SPECIPICATION DpCUMENT3 City PrpjectNo. 1D3505
Revised Decetnber 20, 2012
D13513-1
SPECTAL PR03ECT PROCEDURES
Page 1 of 8
1
2
3 PART1- GENERAL
4 1.1 SUMMIIRY
5
6
7
8
9
10
11
12
I3
14
15
16
17
18
19
A. Section Includes:
SECTION 0] 35 13
S�ECIAL PR07ECT PROCEDLFR�S
1. The procedures for special project circumstances that includes, bui is not l'united to:
a. CoordinatiQn with the Texas Departtnent of Transpartation
h. Work near Higia Voltage L'lnes
c. Canfi�ed Space Entry Program
d. Air Pallution Watch Days
e. Use of Explosz�ves, Drog Weight, Etc.
f. Water Department Natification
g. Public Notification Prior to Beginni.ng Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
B. Deviations from this City ofFort Worth 5tandard Specification
1. None.
20 C. Related Specifcation Sections include, but are not necessarily iimited to:
21 1. Division 0— Bidding Reqnirennents, Contract �'orms and Conditions of the Contract
22 2. Division 1— General Requirernents
23 3. Section 33 12 2S — Connection ta Existing Water Mains
2�l 1,2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
41
42
A. Measurement and Payment
1. Caordination wiihin Railroad pertnit areas
a. Measurement
1} Measurement for this Item will be by lump sum.
b. Payment
1) THe wnrk performed and materials furnzshed in accordanca with this Item
will be paid for at the lump sum price bid for Railroad Coordinatzon.
c. The price bid shall inciude:
1} Mobilization
2} Inspection
3) Safety training
�) AdditionalInsurance
S) Insuz'asace Certiiicat�s
b} Other requirements associated with general caoxdination vvith Railroad,
including additional empl�yees :required to protect the right�of-way and
properly of tha Railroad from damage arising out af andlor frnrn the
constructian of the Project.
2. Railroad Flagmen
C1TY OF FORT [uORTH NDRTHPDINTE 24-INCH WATER TRANSMiSSION 3V1AIN (N4-IA)
STANDARD COTiSTRUCTION SPECIFTCATION DOCUMENTS City Project No. 103545
Revised DecemUer 20, 2012
Qi 35 13 - 2
SPECIAL P12�JECT PROCEDClTiE5
Page 2 af 8
1
2
3
4
5
6
7
8
9
IO
11
12
I3
a. Measurement
1) Measuremetzt far this Item wiIl be per working day.
b. �ayment
1) The work p�rformed and t�naterials furnished in accordance with this Item
wi11 be paid fox each working day that Railraad FIagmen are pres�nt at the
Site.
c. The price bid shall znclude:
1} Coordination for scheduling flagmen.
2} Fiagznen
3) Other requirements associated with Railroad
3. All other items
a. Work associated vvith these It�ms is considered subsidiaty ta the various Items
bid. Nn separate payment will be allowed for this Ziem.
14 1,3 REFERENCES
15 A. Reference Standards
16 Z. Reference standards cited in tius Specif cation refer to the curr.ent referenae
17 standard published at the time oithe latest revision date logged at the end of this
18 Specification, unless a dat� is specifical�y cited.
19 2. Health and Saf'ety Code, Title 9. Safety, Subtitle A. Pub.Iic Safety, Chapter'152.
2Q High Voltage Overhead Lines.
21 3. North Central Texas Cauncil of Gov�rnments (NCTC�G) — Cleara Construcnon
22 Specification
23 1.4 ADMINISTR.ATIVE REQUIIZEMENTS
2�
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
41
�42
43
44
45
A. Coordination with the Texas Department of Transpartation
1, When work in the right-of-way which is under the jurisdiction afthe Texas
Department of Transportation (TxDOT);
a. Notify the Texas Llepartmant of TransporCation prio. r to commencing any wark
therein in accordance with the provisions of the peranit
b. All work pez-formed in the TxDOT right-of way s�all be perfotmed in
compliance with and subject ta approval from the 'I'�xas Departm�nt of
Transportatian
B. Work near High Voltage Lines
1. Regulatory Requiremenis
a. All VrWork nEar �Iigh Voltage Lines (more than 504 volts measurad between
canductors or betu�een a conductor and the ground) shalI be in accordance with
Health and Safety Code, Title 9, Suhtitle A, Cha�ter 752,
2. Waming sign
a. Provide sign af suf'ficient size m.eeting all OSHA requixements.
3. �quipment opez�ating witiun 10 feet of high voltage lines wvi11 require the following
safety features
a. InsuIating cage-type of guard about the baom or arna
b. Insulator links on th� lift hook cant�ections for back hoes or dippers
c. Equipment must me�t the safety requiz'ements as sef forth by �JSHA and ihe
safety requirements of th� owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
CTTY DF FpRT SIJO1tTH NORTHPOINTE 24-I�TCH WATER'f12ANSIvIISSION MAIN (N4-IA}
STANDARD CONSTRUCTIpN SPECIF'ICATION DOCUMENTS City ProjectNo. 1Q35D5
Revised December20, 2012
013513-3
SPk,CIAL PR07ECT PROCEDURES
Page 3 of 8
1
2
3
4
5
6
7
8
9
10
a.
�
c.
Notification sha1l be given to:
].} The povver comp�ny (example: ONCOR}
a) Maintain an accuraYe log of all such ca11s to power company and record
action taken in each case.
Coordination with power company
I) After noiification caordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize tha lines, or raise or
lower the lines
No personnel may work within 6�eet of a high voltage line be�'ore the above
raquirem.en#s ha�e been met.
11
12
13
14
15
16
i7
18
19
za
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
42
43
44
45
C. Confned Space Entry Pro�'am
1. Provide and follow approved Confined Spaee Entry Program in accordance with
OSHA requirernents.
2. Confined Spaces includ�:
a. Manhores
b. All other con�ned spaces in accardance with �SHA's Permit Required for
Confined Spaces
D. Air pollution Watch Days
1.
2.
General
a. Observe the following guidelines r�lating to worrking on City construction sites
on days designated as "AIR P�LLiJTIaN WATCH DAYS".
b. Typical Ozflne Season
1) May 1 through Oetober 31.
c. Critica� Emission Time
1) 6:OD a.in. to lO:OQ a.m.
Watch Days
a. The Texas Comtnission on Environmental Quality (TCEQ), in coor�iination
with the National Weather Service, �+ijl issue the Air Pollution Watch by 3:�0
p.rn. an the afternoon prior to the WATCH day.
b. Requirements
S) Begin_work after 10:00 a.m. whenever construction phasing requires the
use of motorized equiptnent for periads in excess of 1 hour.
2) However, the Contractor may begin work prior to 10:00 a.m. if
a} Use af motorized equipment is less than 1 hour, or
b) If equipment is new and certified by EPA as "Low Emitting", or
equipt�aent b�rns Ultra Low Sulfi�r Diesel (ULSD}, diesel emulsians, or
altertzative fuels such as CNG.
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for constructian activiiies p�r requiretnents Qf TCEQ.
F. Use of E�plosi�es, Drop Weight, Etc.
1. Wh�n Contract Dacume�ts permit on the project th� fallowing will apply:
a. Public Notification
1) Submit natice ta City and proof of adequate insurance coverage, 24 hours
prior ta carnmencing.
2) Minimum 24 hour public notification in accordance �vith Sec#ion D1 31 13
4b G. Water Department Coordin.ation
CIT'Y OF FORT WOIiTH NORTHPOIl�TE 24-1NCH WATER TRANS1VfI55I�N MAIN {3�I4-IA)
STANDARD GONSTKUCITON SPECI�'ICATIqN DOCUMF:NTS Ciry ProjectNa.. 1D3505
ltevised December 20, 2012
OI3513-4
SPECIAL PRDJECT PROCEDURES
Page 4 of &
1 1. Dur�ng the constructiota ofthis project, it will be necessary #o deactivate, far a
2 period of �ime, existing lines. The Contracior shall be required �o coordinate with
3 the Water Depar#ment to determinc the best times far deacfivating and actir�ating
� those lines,
5 Z. Coordinate any event that wzIl require connecting to ar the opera#ion of an exisiing
6 City water line system with the City's representative.
7 a. Coordination sha1I be in accordance wi�h Section 33 12 25.
$ b. If needed, obtain a hydrant water me#er from the Water Department for use
4 duxing the Iife of named praject.
1 � c. In the event that a water valve on an existing live sysY�m be turned oif and on
1� to accommodate the constz'uciion of the proj ect is required, coordinate this
12 activity through the appropriate City representative.
13 1) Da not operate water line vaa�es of existing water system.
14 a} Failure to coimply will render the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischiefl and tb,� Contractor
16 will be prosecuted io the full �xtent af the law.
17 b) In addition, the Contractor will assume all liabilities and
z$ responsibili�ies as a result of these actions.
19 H. PubIic Notification Priaz'to Beginning Constructioa
2Q 1. Prior to beginning canstruction on any b2ock in the project, on a block by block
2 r basis, prapare and deliver a notice or flyer of the pendir�g construction to the front
�2 door of each residence or bu�iness that wi71 be impact�d by construct�on. The no�iee
23 shall be prepared as follows:
2� a. Post notice or flyer 7 days prior to begiru�ng any construction activity on each
25 block in the praject area.
2� I} Prepare flyer an the Coniractor's letterhead and i.racIude the following
2'1 information;
2$ a) IVame afP:roject
29 b) City Praject No (CPl�
30 c) Scope af Project (i.e. type of cons�uction activity)
31 d) Aetual construc#ion duration within the b�ock
32 e) Name of tlie contractor's forernail and p.hon� number
33 f} Nazn e of the City's inspeetor and phone nurnber
�4 g) City's after-hours phone number
35 2} A sample of the `pre-construction noti�cation' flyer is attached as E�ibit
36 A.
37 3) Submit schedul� showing the construction start and finish time for each
3S bIack of the project to tne inspectar.
34 �4} D�liver flyer to the City Inspector for review prior to distribution.
40 b. No construction will be �llawed to begin on any binck until th� flyer is
�1 delivered to al1 resident,s of the black.
42 I. Public Notification of Temporary Water Setvice Interruption during Construction
43 1. Tn the event it becames necessaty ta temporarily shut dor�vn water service to
� residents at' businesses during construcfiion, prepare and deliver a notice ar flyer of
4S the pendin.g interraption to the front door of each affected resident,
4b 2. Prepared notice as fallows:
47 a, The noti�cation or �lyer shall be posted 24 hours prior to th.e temporary
48 interruption.
C1TY pR PORT WORTH NORTHPOINT�i 24-INCH WATER TRAIVSMISSTOIY M.q1N (N4-IA}
STANDARl7 CONSTRUCTION SPECLFICATION DOCLTNiENTS City Project No. 103505
Revised Decemher 20, 2012
413513-5
SPECIAL PR07ECT YRdCED[JRES
Page 5 of S
1
2
3
4
5
6
7
8
9
10
1i
12
13
14
IS
]6
b
c.
d.
e.
f.
Prepare flyer an the contractor's letterhead and include the following
infoz'mation:
1) Name oithe project
2} City Praject Number
3) Date ofthe interruption of service
4) Period the interruption will take place
5) Name of the cont�'actor's foreman and phone nuznber
b) Name of the City's inspector and phone number
A sample of the temporary water service interruptican notificatian is attaehad as
��ibit B.
Deliver a copy of the temparary intez�ruption notiiication to the City inspector
for review prior to 'being distributed.
No inte�ptaon of water service can occur until the flyer has been delivered to
a11 affected r�sidents and busin.�sses.
Electronic versions of the samp�e flyers can be obtained from tl�e Project
Construction Inspectar.
I7 J. Coordination with United States Arnty Corps of Engineers (USACE) ,
i g 1. At locations in the Project where construction activities oceur in areas where
19 USACE perntaits are required, meet all requiraments set forth in each designated
�p permit.
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
35
37
38
39
4Q
41
42
43
�44
45
K. Coordination within Railroad Permit Areas
1. At locations in the proj ect where construction activities occur in areas where
railroad perjx�its are required, meet a11 require�nents s�t forth in each designated
railraad permit. This includes, but is not limited to., provisions far:
a. Flagz�en
b. Inspectars
a 5afety training
d. Additional insurance
e. Insurance certificates
f O�her employe�s required ta protect the right-nf rvay and property of the
Rallroad Comparry frorn damage arising out of and/or from the construction oi
the project. Proper utility clearance procedures shall be used in aceordance
with the perm.it guidelznes.
2. Obtain any suppler�ental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of �arking days that railt'oad flagt�en
were present on �ite.
L. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste wafer.
b. If wet saw cutting is performed, capture and properly dispose o� slurry.
M. �mployee Parking
I. Provide patking for employees at locations approved by the City.
CI"i'Y OF FORT WOKTIi NORTHPOINTE 24-TNCH WATER'i'RA�NSIvIiSSION NIAIN (DI4-1 A)
STANDARD CQNS.TRUCTION SPECIFICATIpN T3pCi73vIE�iTS City Project No. 103505
Revised Decamber 20, 2012
013513-6
SPECIAI. PAO:TECT YROCEDURES
Page 6 of 8
1 I.5 SUBMITTALS [NOT US�+ D]
2 1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMYTTALS [N�T USED]
3 I.7 CLQSEOUT SUBMITTA,LS �1VOT USED]
4 1.8 MATNTENANCE MATERZAL �SUBMITTALS �1VOT U�ED]
5 I.9 QUALXTY AS�iJRANCE [NOT USED]
6 1.10 DELXVERY, �TORAGE, AND HANDLING [NOT` USED�
7 1.1.1 FIELD [SITE] CQNDITIONS [NOT USED]
8 1.12 WARRANTY [NOT iTSED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTTON [NOT USED]
I1
12
13
END OF SECTION
Revision Log
DATE NAME SiJMMAitY OF CTIANGE
1.4.8 — Added requirement of compliance with Health and Safety Code, Title 9.
8/31I2012 D. Johnsan Safety, Subtit[e A. Public Safety, Chapt$r 752, High Voltage Overhead Lines.
1.4.E — Added Co�tractor responsibility for obtaining a TGBQ Air Permit
CITY OF FORT VV�ORTH I�iQRTHPOINTE 24-INCH WATBR TAA.AfSMISSION MA1N (N4-2A)
STANDARll CONSTRUCTION 5PECIFICATION DpCi1IuIENTS City Project Na. 1035D5
Revised December 20, 2012
013513-7
SPECTAL PIiOJECT P1tOCEDURES
Page 7 of 8
I
2
3
4
5
6
7
8
9
10
I1
12
13
14
15
16
17
xs
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�
35
3.5
37
EXHISIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Lacation:
Limits of Canstrucfion:
� � � , � � ` ',
, �
i
�
�,
I
�
�
�
�
� �
�
iHIS 1S i0 INFORIVI YOU YHAi UND�R A CONiF�R H�I�E CfiY OF �ORT'
WOR��I, OUR CDiVi�ANY W1LL liilORK O�1 UTILITY LIN�S ON OR AR�UND YOUR
PROP�R7'Y.
GONSiRUCTIOf� MIILL ��Gf� APPROXIiiflAiE�Y S�V�A! �AYS �ROiI� TH� D�4Y�
OF �bIS NDTIC�.
IF Y�U MAV� QU�SiI�NS A�OIJY ACC�SS, S�CURITY, S:Ar�l�TY OR APlY OTHER
ISSUE, P��A►S� CAI.�:
�Ir, <CONTRAC"COR'S SUP�WNTEt�D�NT� AT CTEI.�PHONE NO.>
OR
Nlr. �CITY INSP�CTOR> AY � TELEPHONE NO.>
A�ri�R 4:30 P19A OR 01V W�kKENDS, PL�AS� CAL�L (81Y) 39� 8306
PLEASE KEEP THIS FLYER HAIVDY WHEN Y�U CALL
C1TY OF FORT WQRTH NO1tTHPOINT� 24-INCH WATER TRAN53vII55I0N MA1N (N4-lA)
STANDARD CONSTItUCTION SFECIFiCATION D.00UMENTS City Project No. 103505
Revised Decemher 20, 2012
013513-8
SPECIAL PRO7ECT PRQCEDURES
Page 8 of S
Y
�3�\��� .*.���
2
��8 �'i��Y
L��r?7
�i� Pb�. ]6�t��G
� !la�s:
� ��7`I� �1� `��I�HP��� ��1T� ��il�
' I����fl1I�
D[J� 'Y'O i1TILiTY INCPROVEA3ENTS IN YOUI� N'E1GIiBUAIi00D, YOiJR
WATEIi SERVICE WiLL B� I]V3'�RRUPTED ON
B�'FWEEN THE �IOURS OF AND
Ik'1fOU HAVE� QU�S�ONS ABOUT TI3IS SHUT-pUT, PLEAS� ChLi.:
11�YR AT
(CQNTRACTORS �UPLrRI3V1'�NDEN'1� (TELEPHON� i+i[1MBEii)
OR
�VYR. AT
(CITY INSPECTpR) (3'EiEPIiON� NIIMBE; It)
TI'�IS I[V�[INVENiEPICLC WILL B� AS SH�RT AS P088IBLE.
T�TAIVIC YOU, � -
CO1V7'RACTOIi
3 __ _ ._�_. ._ .— ----._.__..—.. ...---�-
4
CI'�Y OF FO1tT WORTEI NOi2THPOINTL� 24-TNCH WATER TRANSHIIS$ION MAIN (N4-lA)
STANDARD CONSTRUCTIQII SPECIFICATIQN DOCUMENTS Ciry Project IYo, 103505
ftevised Deeember 2fl, 2022
014523-1.
TESTING ANfl i1VSPECTION SERVICES
Page 1 of 2
1
2
3 PART1- GENERAL
4 1.1 SU1VII1'IARY
SECTION Ol 4S 23
T�STING AND INSPECTI4N SERVICES
5 A. Section Includes:
6 1. Testing and inspection services procedures aiad coordinatian
7 B. Deviations frflm this City ofFort Warth 5tandard Speciitcation
$ 1. None.
9 C. Related Specificatioz� Sections include, but axe not necessariIy limited to:
1D I. Division fl—Bidding Requiz'ements, Contract Farms and Conditians of the Contract
11 2. D��vision 1— General Requirements
12 1.2 PR�CE AND PAYM�NT PROCEDURES
13
14
15
16
17
1S
19
Zo
21
22
23
24
25 1.3
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
Na separate payxnent will be allawed fnr this Item.
a. Contractar is responsil�le far performzng, coordinating, and payment of all
Quality Cantz'ol testing.
b. City is responsible for performing and payment for first set of Q�alit}�
Assurance testing.
1) If the �rst Quality Assurance tesfi perForm�d by the C�ty fails, the
Contr�cior is responsible %r paym.ent of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance wi11 not be issued by City until al] required payments
far testing by Cantractor have been paid in full.
REFERENCES [N�T IISED]
26 1.4 ADNIIN�STRATIVE REQUIREMENT�
27
28
29
30
31
32
33
34
35
36
37
38
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Caordination
a. VVlien testing is required to be pez'farmed by the City, natify City, suf�ciently
in advance, when tes:ting is needed.
b. Whe:n testing is required to b� completed by the Contractor, notify City,
sufficiently in advanee, that testing will be parformed.
3. Distrlbution af Tesfing Reports
a. Electronic Distribution
1} Confirm development of Praject directory far electronic submittals to be
t�pioaded to City's document management syst�m, or another external FT�'
site approved by the City.
CITY QF FORT WORTH NORTHPOINTE 24-IfYCH WATER TT2ANSM1SSId1+� MAIN (N4-1 A)
STATTDARD CONSTRUCTION SPEC�FjCATTON DOCUNIEl�4T5 Ciiy Project No. 103505
Revised Mareh 9, 202D
aiasz��2
TES`1TNGAND INSP�CTION SBRVICES
Page 2 aF2
I
2
3
4
S
6
7
S
9
IO
11
12
13
I4
15
16
17
1 S 1.5
2} Uplaad test reports to d�signated praject directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Capies
a} 1 copy fo,r all submittals submtited to the Project Regresentativ�
b. Hard Copy Distribution (if required in lieu of electronic disfiribution)
1) Tests pexfoz�tn.ed by City
a) Distributa 1 hard copy to the C�ntractar
2) Tests performed by the Contractor
a} Dis#ribute 3 haz•d copies ta City's ProjectRepresentative
4. Provide City's Pr�ject Representative with trip tickets for eaeh delivered Ioad af
Concrete or Lizzie material incl�ding the following uaformation:
a. Natne of pit
b. Date of delivery
c. Material deli��red
B . Inspectian
1. Inspection ot' lack of inspe.ction does not relieve the Contractor frozn o6ligatian to
perform work in accordance with the Contract Dacuments.
SUBM�TTALS [NOT USED]
19 1.G ACTION SUBMITTALS/INR0I�MATIONAL Si7BMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 Q[TALITY AS.SURANCE [NOT U,SED]
23 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED]
24
25
26
I.11 FI�LD [SITE] CONDITIONS [NOT USED]
1.12 WAR,�ZANTY [NOT USED]
PART 2 - PRODUCTS [NOT IISED]
27 PART 3- EX�CVTIQN [NOT USED]
28
29
DATE
3/9/2020
30
NAME
D. V. Magana
END OF SECTION
Revisivn Log
Si.JMMARY OF CHANGE
;d referance to Buzzsaw and nated that electronic submitta[s to be uploaded
the City's document managemeut system.
CITY OF FORT WORTH iVORTHPOINTE 2A-1TICH WATER TRP,1vSMCSSIdN MAIN (TI4-] A)
STANDAIZD CQ1d5TRUCTION SPECIPICAT[ON DOCUMERTTS City Project No. 103505
Revised March 9, 202tl
oisnoa-i
TEMPOI�ARY FACILI"I`lE3 ANA CCJNTKOLS
Page l of 4
2
sECTiorr o� so Qo
T�MPOR.ARY FAC3LITIES AND CONTROLS
3 PART1- GENERAL
4 1.1 5UIVIMARY
S A. Section Includes:
6
7
8
9
10
11
12
13
14
1. �rovide temporary facilities and controSs needed for the Work including, but nnt
necessarily limited to:
a. Temparary utilitzes
b. Sanitary iacilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the constructzon site
B. Deviations fro:aa this City ofFort Wnrth Standard Specification
I. None.
15 C. Related Specifcation Sections include, but are not necessarily li�nited to:
16 1. Division 0— Bidding Requirements,. Contract Forms and Conditions of the Contract
17 2. I]ivision 1— General Requiremants
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement axid Payment
20 1. Work associated with this Item is considered su.bsidiary to the various Items bid.
21 No separate payment wi11 be allawed for this Itezn.
22 1.3 REFERENCES [N�T USED]
23 1.�4 ADNII1vISTRATNE REQUIREMENTS
24
25
26
27
28
29
34
31
32
33
34
35
36
37
3$
39
9�0
A. Temporary Utilities
1. Obtairung Temporary 5ervice
a. Make arrat�gements with utility service companies fQr tamporary services.
b. Abide hy rules and regulations af utility service campanias or authorities
having jurisdiction. '
c, Be responsihle for utility service costs until Work is approved far Fxnal
Acceptance.
1) Zncluded are fuel, powez', light, heat and other utiliiy services n�c�ssary for
execution, completion, testing and initial operation of Warlc.
2. Water
a. Contractor to provide vva�er required for attd in connection witY� Work to be
performed and foz' specified tests of piping, equipment, �evices or other use as
t'equired for the co�pletion of the Work.
b. Pro�vide and maintain adec�uaie supply of potable water for domestic
consumption by Contractor personnel and Gity's Project Representatives.
c. Cnordination
1} Contact City 1 week before water for construction is desired
CITY (�F FORT WORi'�I NOR'I'HPOINTE 24-INCH WAI'ER TRANSMISS30i�T MATN (N4-iA)
STAI�IDARD CO�TSTRUCTIOl�i SPECIFICAT[ON DOCUNlENTS City Project No. 103505
Rer+ised July 1, 241 l
oi so 00 -a
TEIvIPORARY FACILITIES AI�II� CONTROLS
Page 2 of 4
1
2
3
4
5
6
7
$
9
zo
11
12
13
14
15
16
17
18
19
�a
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
39
4D
41
42
43
44
45
d. Contractor Payment for Constr�zction Water
1} Obtain construction water rneter frorrt City for payment as billed by City's
�stablished rates.
3. E�ectricity axr.d Lighting
a. Provid� and pay for elec#ric pawered service as requir�d %r Work, incfuding
testing of'VVark.
1) Provide power for lighting, operation of equipment, or other u�e.
b, Electric pawer service includes tempoxat-y power ser�ice or g�nerator to
maintain operations during scheduIed shutdown,
4. Telephone
a. Pro�ide emergency tetephone service at Site for use by Contractor personnel
and others perfortning wark or fiunishing services at Site.
S. Temporary Heat and Ventilation
a. Provtde temporary heat as necessary for protection or completion of Wark.
b. Pro�ide tetnparary heat and ventilatian ta assure safe working conditions.
B. Sanitaiy Facilities
1. Provid� and maintain sanitary facilities for pez'sans on Site.
a. Comply with regulations of State and lacal departments of healt�,
2. Enf'orce use of sariitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary f�cilities.
b. Nc� discharge wiI1 be allawad from these facilities.
c, Collect and store sewage and waste so as nat to cause nuisance ar health
problem,
d. Haul sewage and waste off-site at no less thar� weekl�r intervals and prnperly
dispose in aecordance with applicable ragulation.
3. L,ocate facilities near Wark Site and keep clean and maintained throughout Pr�ject.
4. Rernove facilities at completion ofProject
C. Starage Sheds and Buildings
1. Provide adequately ventiiated, wa#ertight, weatherproof storage faciIities with floor
above ground �eve1 for materials and equipment susceptible to weather damage.
2. Storage'of tnatarials not susceptibie to weather damage ma� be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place �iaterials and equipment to perinit easy access for identification,
inspectian and inventory.
, 4. Equip building with lockable doors and lighting, and provide elec#rical service for
equipnnent �pace heaters and heating or ventilation as necessary to provide storage
anvironnlents acceptable to speci�cd manufacturers.
5. Fil] and grade sit� for temporary structtires to provide drainage aw�ay frorn
temporary and existing buildings.
6. Remove building frozn site prior to Final Acceptance.
D. `I'emporary Fencing
l.. Provide and maintain for the duration or construction when required in contract
dacuments
E. Dust Contral
CITY OF FQRT WORTIi NORTHPOINTE 24-1NCH WATER TAANSMI55TON MAIN (N4-lA�
STANDARD CONSTRiTCTION SPECIFICATION DOC[1MENT5 Ciiy Project No, 103505
Revised 7uly 1, 2D1 l
1
2
3
4
5
6
7
8
9
1 {7
13
12
13
14
15
16
oisaao-3
TEMPOrZARY FACILITI�S AND CONTROLS
Page 3 of 4
1. Cont�'actor is responsible for rnaintaining dust control through the duration of the
proj ect.
a. Contxactar remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construetion
I. Contz'actor or subcantractors are respansibie for protacting Work from damage due
to weather.
1.5 SUBMITTALS [NUT USED]
1.6 ACTION SUBMITTALSIXNFDRlWIAT�ONAL SUBMITTALS [NOT USEDj
1.7 CL05EOUT SUSNIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QIIALITY A.S�URANCE [N4T USED]
110 DEL�'VERY, STORAGE, AND HANDLTNG [NOT USED]
111 FIELD [SITE] C4NDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
17 PART 3- EXECUTTON [NOT USED}
IS 3.1 INSTALLERS [NO� USED]
19 3.� EXANIINATION [NOT USED�
2R 3.3 PREPARATION [NOT USED]
21 3.4 INSTALLATIUN
22 A. Temporary Facilities
23 1. Maintain all tezr�porary iacilities for durati�n of consfruction aativities as needed.
24 3.5 [REPAIR] 1 [RESTORATION]
25 3.6 RE-INSTALLATION
26
27
28
29
30
3�
3.7 FIELD [ox] �TT`E QUALITY CONTROL [NOT USED]
3.$ SYSTEM STARTUP �NOT USED]
3.9 ADJUSTING �NOT USEDj
3.10 CLEANING [NOT USED�
3.11 CLOSEOUT ACTNITIES
A. Ternpora�y Facilities
CITY OF PORT WbRTH IVORTHPOINTE 24-INCH WAT�R SRANSMT5S10N MAIN (N4-lA)
STAIYaAiiD CON3TRUCTION SPECIFTCATIdNDOCUMENTS City ProjectNo. 103505
Iievised July 1, 2011
015000-4
TEMPQRARY FACILITIES AAfD CONTRQLS
Page4 nf4
1. Remo�e aIl temparary facilifies and restore area after �ompletian of the Woz'k, to a
condition eqtiial ta or better than p rinr to start of Wark.
3 3.12 PROTECTIQN [1VOT USEDJ
4 3.13 MAINTENANCE jNOT USED]
5 3.1.4 ATTACHM�NTS �NOT II�ED]
� END OF ,SECTION
CITY OF �ORT WORTH NORTHPQl�'TF 24-INCH WATER TRANSMISSIbN MA1N (N4-lA)
STANI3ARD CONSTRUCTTON SPECIFfCATION DpCUMEhITS City Prpject Nn. 103505
Revised Jttly 1, 261 I
01 55 2b - l
STREET USE PERMIT AN� 1V�ODiFICATIONS TO TItAFFIC CONTROL
Page 1 af 3
1
2
SECTI�N U155 26
STREET USE P�RMIT AND MODIFICATT4NS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUNIlI'iARY
5 A. Section Tn.cludes:
6 1. Administraiive procedures for:
7 a. Street Use Permit
g b. Modi�ication of approved traffic control
9 c. Removai of Street Signs
1D B. Deviations from. this City of Fort Worth Standard Specification
] 1 1. None.
12 C. Related Specif'ication Sections include, but are not necessarily limited to:
13 1. Division 0-- Bidding Require�aents, Contract Forms and Conditions of tk�e Contract
14 2. Division 1— General Requirements
1� 3. 5ect�an 34 7l. 13 — Traffic Control
Ib 1.2 PRICE AND PAYMENT PROCEDUR�S
17 A. Measurement and Payment
Ig 1. Work associated with this Item is cansidered subsidiary to the various Iteir�.s bici.
19 No separate �ayrnent will be allowed for this Item.
2p 1.3 REFERENCES
�� A. Keference Standards
22 1. Referenc� standards cited in this specification refer to the current reference standard
23 published at the time af the lat�st revisian date la.gged at the end of this
24 �pecification, unless a date is specifically cited.
�5 2. Texas Manual on Uniform Trai�c Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27
28
29
30
31
32
33
34
35
36
A. Traffic Control
1. G�s�eral
a. Cantractar shall minimize lane closures and irnpact to vehieular/pedestrian 30
traffic.
b. When traffic contz'ol plans are included in �he Drawings, provide Traffic
Conirol in accordarice with Drawings and 5ection 3� 71 13.
, c. When trafflc controi plans are not included in the Drawings, prepare traffic
control plans i�n accardance with S�ction 34 71 13 and submit to City far
review.
1) AlIow minirnum S0 working days for revievv oiproposed Traffic Contral.
CI1`Y AF FORT WQRTH NOKTHL'OINTE 24-11dCH WATER TRAl�'SMIS5ION 1vfAIN {1�4-1 A)
STANpARD CONSTRUCT30N SPECIFTCATiQN DOCUMEI+[TS City Project No. 103505
Revised March 22, 2D21
ot sszs-z
STREET US� PERMlT AND MODIFICATIONS TO T}3ATFIC CONTRDL
Page 2 of 3
Z
2
3
4
5
b
7
8
9
10
11
i�
13
14
15
16
17
18
19
za
21
22
23
24
2) A t�•�c control "Typical" published 6y City of Foi�t Wot�th, the Texas
IVManual Unified Traftic ControI Devices (TMUTCD} or Texas Department
of Transportation (T�OT} can be used as an altertaative to preparing
project/site specific traffic can.trol plan i�the typical is applicable to the
specific projec�/site.
B. Street Use Perrnit
1. Prior to installation of Traffic Control, a Ciky 5treet Use Permit is required.
a. To obtain Street Use Permit, s�zbmit T"raff'ic Cantrol P1ans to City
Transportation and Public Warks Department.
1) Allow a minimum of 5 warking days for perinit review.
2} Con.tractor's responsibility ta eoordinate review of Ti•affic Contral plans for
Street Use Permi.t, such that construetion is nat delayed,
C. Modification to Appxoved Traffic Control
1. Prior to installatian tzaffic control:
a. Submit revised traffic contz�ol plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accoz'dance with Section 34 71 13.
2} Allow minimutn S working days far review of revised Traffic Control.
3) It is fihe Con�•actor's respnnsibility to coordina#e review pf Traffic Contro]
plans for Street Use Pernait, such that eortstruction is not deiayed.
L. Removal o� Sfireet Sign
I. If it is determined that a stre�t sign must be removed for cons#ruction, then contact
City 'I'ransportation and Public Works Department, Signs and Markings Division to
t'emove the sign.
25 E. Temporary Signage
26 1. In the case of regu2atory si.gns, replace permaaent sign with temporary sign meeting
�7 requirements of the latest edition of the Texas Manual on Uniform Traffie Carzttol
28 Devices (MU`I'CD).
29
3Q
3I
32
33
34
35
2. Install temparaay sign before the rem.oval af per,manent sign,
3. Vdhen constxuctipn is complete, to the extent that the permar�ent sign can be
reinstalled, contact the City Transportation and Public Works Depa.rtmen�, Signs
and Markings Division, to reinstal! the peritzianent sign,
F. Traffic Control 5tandards
I. Tr�c Control Stand�rds can be %und on tk�e City's website.
36 I.5 SiTSMI'.['TALS
37 A, Submit aIl required documentation to City's Project Representative,
CI'IY OF POTtT WpRTH N�RTHPOINTE 24-INCH L�VATER TRANSIuII55IpIV MATI+T (AI4-] A)
3TAND1IRD CON5TRLICTION 3PECTFICATIpN DOCU?vIENTS City Praject No, 10350.5
Revised March 22, 2D21
015526-3
S'iREEl' U58 PERMIT Al+iD MODI�'TCATIONS TO TRAFFIC CONTRpL
Page 3 of 3
1 1.b ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [N4T USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED]
4 1.9 QiTALITY ASSURANCE [NOT USED]
5 1.10 DELNERY, �TORAGE, AND HANDLiNG [NOT USED]
6 1.11 FIELD �SITE] CONDI'TIONS [NOT USED]
7 1.12 WAk2RANTY [NOT USED�
S PART 2- PRODUCTS [NDT USED]
9 PART 3� EXECUTION [NOT USED]
1D
11
END OT SECTxON
Revision Log
DATE NAME SZ.fMMARY OF CHANGE
i.4 A. Added language iv emphasize minimizing af lane c{osures and impact to
traffic.
3/22/2021 M Owen �•4 A. I. c. Added language to allow for use af published traffic coutrol "Typicals" if
applicable to specific projectlsite.
1.4 F. 1} Removed reference to B�saw
1_5 Added language re: su6rr►ittal df �seanit
r�
CITY OF FORT WOIiTH NOIiTHI'OINi'H 24-INCkI VTATER TRAN5MI5SIDN MAIN (N4-IA)
STANDARD C4NSTRUCTIQNf SPECIFICATLON DOCUNIENTS City Project Na, 103505
Revised March Z2, 2021
015713-1
STORM WATER FOLLIITIDIN PR�.VEIITCON
Page 1 of3
1 SECTX4N Q15'113
2 STORM WATER PO�.LUTION PR�'V�N'I`ION
3 PART1- GENERAL
4 1.1 SUMN�ARY
S A. Section lncludes:
6 1. Procedures for S#arm Water Pallutian Prevention Plazis
7 B. Deviations from this City of Fort Wor�h Standard Specification
8 1. None.
9 C. Related Specificatian Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract �pz'ms and Conditions af th�
11 Coniract
12 2. Diviszon 1— General Requirements
13 3. 5ection 31 25 00 -- �rasion and Sediment Contz'oI
I4 1.� PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resultin� in less than 1 acre of disturhance
X� a. Worl� associated with this Iterr► is consider�d subsidiary to the various Items
� g bid. No separate paymen� will be allowed for this Item.
X9 2. Constrtsction Activities resulting in. greater than 1 acre of disturbance
20 a. Measurejnent and Payment shall he in accordance with Section 31 25 00.
21 1.3 REFERENCES
22 A. Abbre�iations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice af Terminatio�: NOT
25 3. Stortn. Water Pollution Prevention 1'lan: SWPP�'
26 4. Texas Commission an Environm.ental Quality: TGEQ
27 5. Not�ce of Change: NOC
28 A. Reference Staridards
29 1. Refer�nce standards cited 1n this Specification rsfer to the current reference
30 standard �ublished at the time of the latest revision date logged at the end ot' flais
31 Specif�catian, unless a�ate is spacifically eited.
32 2. Integrated Storm Manage�nent (iSWM} Technical Manual �or Construction
33 Controis
34 1.�4 .ADMINISTX2ATNE REQiJIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment af any fines issu�d associated
37 with compliance fo Stormwater Pollution Prevention PIan.
CITX QF FOIiT WORTH NORTF�POINTE 24-INCH WAT�R TRANSMISSIDN MAIN (3Va-lA)
STA1vDARA C47YSTRUC'ITON SPECIFICATiON DO�Ci7MENTS Ciiy Project No. 103505
lteVised July 1, 2Q11
�15713-2
5T0lZM WATER POLLUTTtiN PREVENT[ON
Page2 of3
B. Construction Aciivities resulfing 1n:
2
Less than 1 acre of dzsturbance
a. Provide erosion and sediment cantrol in accordance with SectiQn 31 25 �0 and
Drawings.
S 2. 1 to less than 5 acres of d'asturbance
6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
7 Perfnit is required
$ b. Complete S'WPPP in accordat7ce with TC�Q requirements
9 1) TCEQ SnnaIl Construction Site Notice Required under general permit
10 TXRI S�OQO
I1 a} Sign and post at job site
1� b) Prior to Preconstruciion Meeting, send 1 copy ta City Department af
13 Transportation atxd Public Works, Environmental Division, (817) 392-
14 6088.
IS 2} Provzde erosion and sec�iment control in accordanca with:
1� a} Section 31 25 00
1'1 b) The Drawings
18 c) '�XR150000 General Permit
19 a) SWPPP
�� e} TCEQ requirements
zi
22
23
24
25
26
27
28
29
3.0
31
32
33
34
35
36
37
38
39
3. 5 acres or more of Disturbance
a. Texas Pollutan# Dischar�e Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1} Prepare a TCEQ NOI for.m and submit to TCEQ along with required f�e
a} Sign and gost at job site
b) Send copy to City Departtxient of Transportation and P�rblic Works,
En�iront�nental Divisian, (817) 39.2-b088.
2) TCEQ Notice of Change required if making chat�ges or updates to NOI
3) Pravide erosion and sediment contz'ol in accardance with:
a} Section 31 25 QO
b) The Drawvings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4} Once the project has been completed and a11 the closeout requirements �f
TCE(� ha�e been met a TCEQ Notice of Ternnination can be submitted.
a) Send eopy to City Department of Transportation and Public Warks,
�avironmental Division, (817) 392-b088.
40 1.5 SUSMITTALS
41
42
43
44
45
46
47
A. S WPPP
1, Submit in accordance with Section O1 33 OQ, except as stated herein.
a. Priflr to the �reconstruction Meeting, submit a draft capy of SWFPP to the City
as �olIows:
1} 1 copy to the City Project Manager
a} City Project Manager will forward to the City Depat-tment of
Transportation ar�d �ublic Works, EnvironrnentaI Division for review
C1TY OP FQKT WpRTH NOKTHPOINTE 24-]NCH WATBR TRANSMISSION MAIN (N4-I A}
STi1AIDAR7} CONSTRUCTION SPECIFICATIQN DOCUIvIENTS C�#y Project No. ]035D5
&e�ised July 1, 20I l
O 1 57 13 - 3
STORM WATBR POLLUTION PRE,VE[�TSON
Paga 3 of 3
1 B. Modified SWPPP
2 1, If the SWPP� is revised during construction, resubmit modif�ed SWPPP to the City
3 in accordance with Section O1 33 00.
4 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS �NOT USEDj
5 1.7 CLOSE4UT SUBNIITTALS jNOT USED]
6 1.8 MAINTENANC� MATERTAL ST.TBMITTALS [NOT USED]
7 1.9 QUALITY ASSiTRt1NCE �NOT USED]
8 1.10 DELIVERY, STORAGE, .AND �iANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
I0 Ll� WARRANTY [NOT USED]
11 PART 2- PRODUCTS [NOT USED]
12 PART 3- EXECUTION [NOT USED]
I3
14
15
END OF SECTXON
Aevision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 1�ORTHPOINTE 24-iNCS WATER TRA1VS11+I[SSION MAIN (N4-lA)
STANDARD CONSTRUCTION SPECIFICATIQN BOCCJMENTS City Projeet No. 1 Q35fl5
Revised July l, 2011
015813-1
TEMPOItARY PROJECT SIGNAG�
Page 1 of3
1
2
3 PART1- GENERAL
4 1.I SUMMARY
SECTION Q�. 5813
TEMPORARY PROJECT SIGNAGE
S A. Section Includes:
(, 1. Temporaty ArojecY Signage Requirements
� �. Deviations frorn this City ofFort Worth Standard Specification
8 1. None.
9 e. Related Speciiication Sections include, but are not necessarily limited to:
10 1. Di�isian 0-- Bidding Requirements, Co.ntract Formn s and Conditions of the Contract
11 2. Division 1-- General Requirements
12 1.2 PRXCE AND �AYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associafad with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be alSowed for this Item.
lb 1.3 REFERENCES [NOT USED]
17 1.� ADMINISTRATIVE REQUIREMENTS [N�T USED]
18 1.5 Si7BMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALSCJNTORMATIONAL SiTBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 � 1.8 MAINTENANCE MATERIAL �USMITTALS �NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1'10 DELIVERY, STORAGE, AND HANDLING [N4T USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS
27 �.I OWNER-�'TTRNISHED [ou] OWNER-SiFPPLIEDPRODUCTS [NOT USED]
28 2.2 EQUIPMENT, PR4DUCT TYP��, AND MATERIAL�
29 A. Design Criteria
30 1. Provicie free standing Project Designatian Sign in accordance with City's Standa.rd
31 Details for praject signs.
CITX OF FC?RT WORTH NORTHPOII�TE 24-TI+ICH WATER TCZANSll+IISSIQl� MAIN (N4-fA)
STANS]ARD CObISTI�UCTION SPECIFICATION DOGUMENTS City Pro}ect �To. 1035Q5
Revised July 1, 2Q11
o� s� �3 -z
TEMPORARY Pit07ECT SICrNAGE
Page 2 of 3
i B. Materials
2 1. Sign
3 a. Canst.ructed of �4-inch fir plywood, grade A-C (exteriar} or 6etter
4 2.3 ACCESSORIES [NOT T]�ED�
5 2..4 SOURCE QUALITY CONTROL jNOT USED]
6 FART 3 - EXECUT�ON
7 3.X INSTALLERS [NOT i7SED]
8 3.2 EXAMINATION [NOT USED]
9 3.3 PREPARATION [NOT USED]
l0 3,4 IN�TALLATION
II A. General.
12 1. Provide vertical it�stallation at extents af project.
13 2. Relocate sign as needed, upon request afthe City.
i4 B. Mounting options
�5 a. Skids
16 b. Posts
17 c. Barricade
I8 3.5 REPAIIt / RESTORATION �NOT USED]
19 3.6 RE-INSTALLATZON [NOT USED]
20 3.7 FIELD [ox� SITE QUALIT� CONTR�L [NOT USED]
21 3.8 SYSTEM STARTUP [NOT i7S�D]
22 3.9 ADJLTSTING [NOT CTSED]
23 3.10 CLEAPTING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT iTSED]
25 3.�2 PROTECT�ON [NOT II,SED]
26 3.13 MAINTENANC�
27 A. General
z� l. Maintenance wi1l include painting aud repairs as needed ar directed by the City.
29 3.14 ATTACI3MENTS �NOT USED]
30
31
END OF SECTION
CITY OF FORT WORTH NORTf�POIPITE 24-INCH WATER T12P,NSMISSIp�T MAfN {N4-lA}
STANDA.TtD C4NSTRUCTiON SPECiFICATION DOCiIM�NTS City Prnject No. 103505
Rev�ised 7uly l, 2D11
pf 5813-3
TEMPORARY PRO:lECT SIGNAGE
Page 3 of 3
CIT'Y OF FORT WO1tTH NORTHP�iNTE 24-I�TC�I WATEIt TAA�TSMISSION MATN {N4-lA)
STANDARD CONSTRUCTIO]V SPECIFICATION DOCU3vIENTS Cik� Project No. 103505
Aevised 3uly 1, 201 ]
ot 6o ao - i
PRODUCT REQUIRENI�NTS
Pagc 1 of 2
1
2
3 PART1- GENERAL
�4 1.1 SXTMMARY
SECTION D16Q Ofl
PRODUCT REQUIREMENTS
5 A. Section Includ.es;
6 1. Refere�ces for Product Requirements and Cify Standard Products List
7 B. Deviations from this City of Fort Worth Stan.dard 5peeificatior�
8 1. Nane.
9 C. Related Specification Sections include, but are not necessarily limitedto:
10 1. Division D— Bidding Requirements, Contraet Forms and Conditions of the Contract
11 2. Divisian 1— General Requirements
12 1.� PRICE AND PAYMENT PROCEDiTRE5 [NOT USED]
13 1.3 REFERENCES [NOT USED]
I4 1.4 ADNIINISTRATNE REQUIREMENTS
15 A. A list of City approved produats for use is available tkrough the City's website at:
16 h s:/la �.fomvorthtexas. av/Pru ectResaurce ' and followin.g the directory path; D2
I7 — Construction DocumentslStandard Froducts List
I8 B. On1y products specificallp included on City's Standard Product List in these Cantx-�ct
19 Dacuments shall be alio�aed for use on the �'xoject.
20 1. Any subsequently approved products will only be allowed for use upon specific
21 approval by t�e Cit}y.
22 C. Any sgecifZc product requireu�ents in the Coni:ract Docurnents supersede similar
23 products included an the City's Standard Product List.
2A� 1. The City reserves the right to not allow pz'aducts to be used for certain projects even
25 t�ough the praduc# is listed onthe City's Standard Product List. .
26 D. Aithough a specific product is included on City's Standard Product List, not all
27 products firom,that manufacturer are appro�ed far use, including but not limited to, that
28 manufacturer's standat•d product. .
2g � E. See Sec�ian O1 33 00 for submittal requirernents af Produot Data included on City's
30 Standard Praduct Ljst.
31 1.5 SUBNIITTAL� [NOT USED]
32 1.6 ACTION SUBNIITTALSIIlV�ORM�TIONAL SUBMTTTALS [NOT USED]
33 1.7 CLOSEOUT SUBMITTALS iNOT USED]
34 1.8 MAINTENANCE MATERIAL SIIBMITTAL� [NOT USED]
35 ]..9 QLTALITY A�SiTRANCE �N4T U�ED]
CITY OF F�1tT WOATH �TdATHPOjNTE 24-INCH WATER TRANSMISSION MAIN (i�[4-1 A)
S'FAl�[i�ARD CON3TRiJCTiON SPECTFICATION fldCiJNiE1+fTS City Project No. 1035DS
Revised March 9, 2020
016000-2
PR4DUCT REQUIREMEI�iTS
Pa�e 2 of 2
1 110 DELIVERY, STOR,AGE, AND HANDLING [NOT USED]
2 1.11 FIELD [,SITE] C4NDITIONS [NOT USED]
3 112 WARRANTY [NDT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
14/12112 D. 7ohnson Modified Location of City's Standard Product List
3/9/2020 �,�, ���a Removed Ref�rence to Buzzsaw and nated that the City ap.proved products [ist is
accessible tku•augh the City's website.
CITY OF PORT WpRTH NDRTHPOINTE 24-INCH WATER TRANSIY]ISSION MAIN (N4-1 A)
STANDATtD CONSTRUCTION SPECIFICATIQN DOCL3MENTS City Project Na. ]035�5
Revised March 9, 202D
O166DO-1
PRODUCT STOIiAG� A1�ID HANBLA�� REQUIREMEi�ITS
Page 1 of 4
1 SECT�ON 0165 40
� PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Inc�udes:
6 � 1. Sc�eduling of product delivery
7 2. Packaging nf products for delivery
S 3. �'ratection ofpraducts against damage from:
4 a. Handling
10 b. Exposure to elements ar harsh environrnents
11 B. Deviations from th,is Cjty of Fot't Worth 5tandard 5pecificatio.n
I2 1. Nane.
13 C. Related 5pecification �ections include, but are not necessari�y limited to:
14 1. Division 0— Sidding Requirements, Contract Forms and Conditions of the Contract
I 5 2. Division 1-- General Requiraments
16 1.2 PRICE AND PAYMENT PROCEDURES
�� A. Measurement and Payment
18 1. Work associated with this Item is cQnsidered subsidiazy to tY►e various Items bid.
19 No separate payment will be aIlowed for this Item.
2U 1.3 REFERENCES �NOT USED]
21 1,4 ADNIIN�STRATIVE REQUIltEMENTS [NOT USED]
22 1,� �UBMITTALS [NOT USED]
23 1.6 ACTION SUSMITTALSIINFORMATIONAL �UBMITTALS [NOT USED]
24 I.i CLOSEUUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSLTRA.NCE [NOT YTSED]
27 I.10 DELIVERY AND FIANDLING
28 A. Deliv�ry Requirements
29 1. Schedule delivery of products or equipm.ent as required to aliow timely installa�io:n
30 and to a�oid prolonged storage.
31 2. Pz'flvide appropriate persottnel and equipment to reeeive deli�eries.
32 3. Deliver}� truc�Cs will not be permitted to wait extended periods oftinr►e on the Site
33 for personneI or equiprnent ta recei�e the delivery.
Cli'Y O�' �'ORT WORTH NORTHi'OIN'1'E 2+�-II�CH �WATER TI2ANSMISSION MAIN (N4-1 A)
STANDARD CONSTRUCTION 5PECIFICATTON DOC.UII�SENTS Giry Project No. 103505
Revised 7uly 1, 2011
o�bsoa-a
PRODUCT STORAGE AND HANDLING REQiJIREMENTS
Paga 2 of4
1
2
3
4
5
b
4. DeIiver products or equipment in manufacturer's original unbroken cartons or other
containers designed and cnnstructed to pro#ect the contanis from physical ar
�neironmental damage.
5, CIearly and fully rnark and identify as to manufacturer, item and installation
location.
6. Pravide manufacturer's instruct�ons for storage and handling.
7 B. Handling Requirements
g 1. Handle products or equipment in accordance with these Contract Documents and
9 manufacturer's recammendatians and inst�uctions.
IO
11
12
13
14
15
16
r�
zs
19
20
21
Z2
23
24
zs
2b
27
28
29
30
31
32
33
34
35
36
37
38
C. Storage Requirements
I. Sto.re materials in accoc�dance with manufacturer's recommendations and
requirements of these Spaei�ications,
2. 1Vlake necessary pro�tisions foz' safe storage o�materials and equipment.
a, Place Ioose sail materials axid materials to be fncorpaxa�ed into Woxk to prevent
damage to any part of Work or existing facilifiies and to znaintain free access at
all iimes to all parts of V�Tark and to u�ility sezvice campany insta�latio.ns in
vicinity of Wor�C,
3. Keep rr�aterials and equipment neatly and campactly stored in locations that will
cause n:�znirnum ineonvenience to other contractoz's, pLiblic travel, adjaining owners,
tenants and occupants.
a. Arrar�ge storage ta provide easy access for inspection.
4. Restrict storag� to areas available on construction site for storage of material and
equipment as shown on Drawings, ar appro�ed by City's Prnject Representative.
5. Provide off-site starage and pratection when on-site storage is nat adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Regresentativa,
6. Do not use lawns, g�rass pIots or ather private property for storage purposes without
written pertnission of own�r or othar petson in possession or control of premises,
7. Sto.re in manufac�urers' unopened cflntainets.
8. Neatly, safe�y and compactly stack materials delivered and stored. along line of
Work ta avoid inconvenience and damage to praperty owners and g�neral public
and maintain at least 3 feet frorn fire hydrant.
9. Keep pubIic and pri�ate driveways and street crossings open.
1Q. Repair or replace damaged lawns, sidewallcs, streets or other i�provennents to
satisfaction of City's Project Reprasentative.
a. Total length whzch materials may be distrlbuted along route of constructian at
one time is 1,OOp linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH NORTHPOIN'I'E 24-INCH WATER TRANSNIISSION MAIN (�*i4-1A)
STANDARD CONSTRUCTION ST�BCIF'ICATION DOCUiv1ENTs Ciry Prajec.t No. ID3505
Revised July 1, 20l I
D1 fi600-3
PRODUCT STORAGE AND lIANI7LI[�IG REQiLIREMENTS
Page 3 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED�
3 PART 2- PRODUCTS [NQT USED]
4 PART 3 - EXECUTION
S 3.1 iNSTALLERS [NOT USED]
6 3.2 EXAMIN'ATION [NOT USED]
7 3,3 PREPARATIUN [NOT USED]
$ 3.4 ERECTXON [NOT USED}
9 3.5 REPAIR 1 RESTORATION [NOT USED]
10 3.6 RE-INSTALLATION [NOT USED]
11 3.'� FIELD [ox] STTE QUALZTY CONTROL
12 A. Tests and Inspections
13 1. Zn.spect aIj products or equipnnent delivered ta the site prior ta unloading.
14 B. Non-Conforming Work
15 1. Reject all pz'oduc#s or equi�a�ent that are damaged, us�d or in any other way
16 unsatisfactory for use onthe praject.
l7 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT IISED]
19 3.1� CLEANING [NOT USED] �
2a 3.11 CLOSEOUT ACTNITIES [NOT II�ED]
� 21 3.12 PROTECTXON
, 22 A. Protect all products or e�uipment in accordance with tr�anufacturer's written directions.
23 B. Store products or equipment in locatian ta avoid physical damage to items while in
24 sto.rage. �
25 C. Protect equipr�ient from e�pasure to elerr►ents and keep thoroug�ly dry if required by
26 tne manufactuz'er,
27 3.13 MATNTENANCE [NOT USED]
28 3.14 ATTACHMENTS [NOT USED]
29
30
�ND OF �ECTION
CITY �F PORT WQRTH NQRTHPOINTE 24-T1�CH WATER TItAN5MI35ION MAiN (N4-1 A}
STANDARA CONSTRUCTIDN 3PECIFTCATION DOCTTMENTS CiYy Project Na. l03505
Ravised luly I, 2011
�16600-4
PRpDUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 af4
C1TY bF FORT WORTH NORTHPOINTE 24-INCH WATER TRANSMISSION MA]N (N4-lA)
STANI]ARD CONSTRUCTIpN SPEC3FICATIQNDpCUMENTS City ProjectNo. 1p3505
Re�ised duly 1, 20[ 1
o� �a oa- i
MDBiLI�ATIOIV AND REMOBILIZATION
Page 1 of 4
1 sECT1oN a� �o oa
2 MOSILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 1.1 SU�VIMARY
5 A. Section Includes:
6 I. Mobiiizatian and Demobilization
7 a. Mobilization
g 1) Transporiatian of Contractor's personnel, equipment, and aperating supplies
9 . ta the Site
10 21 Establishment of necessary genera! facilities for the Contractar's op�ration
11 at the Site
12 3) Premiums paid for performance and payment bands
13 4) Transportation of Contractor's personnel, equipment, and operating supplies
�4 to anoth�r location within the designated Site �
15 5} Relocatian af necessary general facilities for the Contractar's aperation
16 from 1 lacation to ar�ntl�er location on the Site.
1'7 b. Demobilizanon
�g 1) Transportation of Contractor's persoru�el, equipm�nt, and operating supplies
19 away from the Site including disassembly
2p 2) 5it� Clean-up
�1 3) Removal of all buildings andlflr otkrer facilities assembled at the Site far this
22 Contract
�3 c. Mabilizatian and Dernobilization do not include acti�vities for specific items of
�4 work that are for wliich paym�nt is provzdad el5ewhe:re in the contract.
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
42
43
4�l
45
2. Remobilization
a. Remobilizatio� for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Detnobilization
a) Transportation of Contractor's personnel, equipment, and operating
suppIies fram the SYfe inclttiding disassembly or tempoz'arify securing
equipment, supplies, and other facili�ies as designated by the Contract
Dacuments necessary ta suspend the Wark.
b) Site Clean-up as designated in the Con�ract Documents
2j Remobilization
a) Transportatian of Cantt'actor's persnn.nel, equipment, and operating
supplies to the 5ite necessary to resume the Work.
b) Establishment of necessary general facili�ies for the �Cantractor's
op�z'ation at the Site necessary to resume the Wot'k.
3} No Fayrr�ents will l�e made for:
a) Mobilizatian and Demobi�izaiion from one locatian to another on the
Site in the no�mal progress of performing the Wark.
b) Stand-by or idle fime
c} Lost profits
3. Mobilizations �nd Demobilizatian for Miscellaneous Projects
a. Mobilizaiion and Demobilization
CITY QF FORT WORTkI N012THPOINTE 24-11�CH WATER TRANSNfI55IOl�f MAIN (N4-1 A)
STANDARI7 CONSTI�UC'I'�ON SP�CIFICATION DOCUTv1ENTS City Project No. ] 03505
Re�+ised November 22, 20.16
01700D-2
MOBiLiZATION AND REMOBiL[ZATION
Page 2 of4
I
2
3
4
5
6
7
S
9
ZO
11
12
13
14
15
16
17
18
1) Mabilization shall consist of the activities and cast on a Work Order basis
n�cessary for:
a) Transportatia�z of Contractor's personnel, equipment, and operatin.g
supplies to the Site for the issued Work Order.
b} �stablishment of necessary general facilities for the Contractor's
operation at the S.ite for ihe issued Work Order
2) Demobilization sha1l con�ist ofthe activities atad cost necessary for:
a) Transporiatifln of Contractor's personnel, equipment, and operating
supplies from #ha Site in.cluding disassemb�y for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal pf alI buildings ox oYhcr facilities assetnbled at the Site for
each Work Oder
b. Mobilization and Demobi�ization do nat include activities f�r speoific iterns pf
work for which payment is pro�ided elsewhere in the contracf.
4. �mergency Mobilizations and Demobilization for Miscellanea�as Projecis
a. � A Mobilizatzon for Miscellaneous Projects when directed by the City and the
nnobilization occurs within 24 hours of the issuanee of the Work Order.
19 B. Deviations from thi� City of Fort Warth Startdarcl Specification
20 1. None.
21 C. Related Sp�ciiication 5ections include, but are not necessar[ly limited tQ:
22 1. Division 4— Bidding Requ.irez�ents, Contract �'o:rms and Conditiozis af the Contract
23 2. Division 1—General Requiremcnts
24 1.2 PRICE AND PA�M�NT PROCEDURES
25
25
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
�t5
A�6
A. Meastt.z'ement and Payment [Consult City Dapartment/Division far directian on if
Mobilization pay iterza to be included or the item shouId be subsidiary. Include the
appropriate Section 1.2 A. 1..]
1. Mobiliza#ian and Demobilization •
a. Measure
1) This Item is considcred subs.idiary to the vaxious Itetns bid. ,
b. Payment
i) The work perfortned and materials furnish.ed in accordance wi�h this Item
are subs.idiary to the variaus Items bid and na other co�npensation will be
allowed.
2. Remobilization for suspension of Wor1� as speeifically required in the Con.tract
� Documents �
a. Measurement
1) Measurement far this Item shall be p�r each remobilizatinn performed.
b. Payment
1 j Tha work performed aa�d materials fu�rnished in accordatace with this Itezn
and measured as pravided under "Measurem�nt" wiIl be paid for at the unit
price per eaeh "Specified R�mohilization" in accordance with Con�act
Documents.
c. The price shal� include:
1) DemobiIization as described in Secfiion 1.1.A.2.a.1)
2} Remobilizatian as desc�•ibed in Section 1.1.A.2.a.2)
GITY 0�' FC)RT WpRTH -iVOATHPOINTE 2A-I�TC$ WATER TRANSN€I55IQN MAIN (N�4-lA)
STANI3ARD CdNSTRUCTION SPECIFICATIDN DaCUMENTS � City Project Na. 1 Q3S05
Revised iVovember 22, 2016
Oi7000-3
MOBILIZATION AiVB REMOBIC.TZAT[ON
Page 3 of4
i
2
3
4
5
6
7
8
9
1Q
11
12
I3
14
15
16
17,
18
19
20
21
zz
23
2�4
25
z�
27
2$
29
30
31
32
33
34
3S
36
37
38
4.
5.
d. No payments will be made for standby, idle time, or lost profits associated tltis
Itern.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
�) This shall be submitted as a Contract C1aim in accordance wiih Article 1 D
flf Section 00 72 OQ.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
Mobxlizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement tor this Item shall be for eac� Mobilization and
Demobilization required by the Contract Docum.�nts
b. Payment
1} The Worl� performed and r�ater�als furnished in accordance with fhis Itam
and measured as provided under "Measurement" wili be paid for at the unit
price �aer each "Work Qrdar Mobilizatian" in accardance with Cantract
Documents. Demobilization s�all be considered subsidiary to mobilization
and shall no# be paid for separateTy.
c. The price ahall include:
1} M�bilization as described in Section 1.1.A.3.a1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost proflts asspciated this
Ic�rn.
Emergency MobiIizations and Demobi�izatlons far Miscellaneous Projects
a. M�asurement
1) Measurement for this Item shall be for each Mobilization and
Demabilization required by the Contract Documents
h. Payznent
1) 'I`he Work perfarmed atid material.s furnished in accardance with this Ite�n
and measured as provided under "Measurement" will be paid for at the unit
price per each "Worl� Order Emergency Mobilization" in accordance with
Gontract Dacuments. Demobilization shall be considered subsidiary to
mobilization arrd shall not be paid for separately.
c. The price shall include �
1} Mobilization as described in Section 1.1.A.4.a)
2) Detnot�ilization as described in Section 1.1.A.3.a.2}
d. No payments will be made for standby, idle time, or lost profits associated Yhis
Itern.
39 �.3 REFERENCE� [NOT LT�ED]
M] 1.4 AI)MINTSTRATNE REQUIlZ.EMENTS [NOT USED]
41 1.5 SUSMITTALS [NOT USEDj
42 1..6 INFURMAT�ONAL SUBNIITTALS [NOT TTSED]
�43 1..7 CLOSEOiTT SUBMITTALS [NOT USED]
q�F 1,8 MAINTENAN.CE MATERXAL SUBMITTA.L�S �NOT iTSEDj
CI"I'X QF FORT WOR1'H PIORTI�POINTE 24-INCH WA'iEIZ'iItAN5MI5S10N MA1IY (N4-lA)
STA�+TAARD CONSTRUCi'I�N SPECLFICATION DOCUMENTS Ciky Project Na. 1D3S05
RevisedNovem6er22, 201G
ai �o 00 - a
MOSILIZATION AND REIvIOBILIZATION
Page 4 of 4
1 1.9 QUALIT'Y AS�URANCE [NOT iTSED]
2 1.1.0 DELN�RY, STORAGE, AND HANDLIN� [NOT USED]
3 1.11 �+IELD [SITE] CONDITIONS [NOT USED]
4 1.12 W�RRANTY �NOT IISED]
S PART 2- PRODUCTS [NOT USED]
6 PART 3- ExECUTION [NOT iTSED]
7
S
0
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHf�NG�
11/2,2/16 Michael Owen 1•� Price and Payment Proced�res - Revised specification, including 51ue text, to
make spec�caCian flexible for either subsidiary or paid bid item For Mobilization.
Cl'1'i' pF PQRT WOItTH NOIiTHPOTNTE 24-INCH WATER T12ANSMISSIbN MAI1V (I�T4-lA)
STANDAEtI� CONSTRL3CTIQN SPECIFICATION DDCUMENTS City Project Na. 103505
Revised November 22, 2015
O17123-1
CONS'I'1ZUCTIQN STA�ING AND SUAVEY
Aage 1 of 8
1
2
3 PART1- GENERAL
�F 1.7 SUMMARY
5
5
7
8
SECTION Q17I 23
CONSTRUGTION STAKING AND SURVEY
A. 5ectian Includes:
1. Requirements fQr constz'uction staking and constructian survey
B. De�+iatians fram this City of �'ort Worth Standard 5pecification
1. Nane.
9 C. Related SpecificaYian Sections include, b�t are not necessarily lirnited to:
10 1. Division 0-- Bidding Requirements, Contract Fortns and Condi�ions of the Contract
11 2. Division 1— Ger�eral R�quiraments
12 1.2 PRICE AND PAYMENT PROCEDURES
13
14
15
16
17
18
19
za
21
22
23
2�F
25
26
27
28
29
3fl
31
32
33
34
35
36
37
3$
39
40
41
A. Measurement and Payment
1. Canstructian Staking
a. Measureznent
1) Measurement far this Item shall be by lump sum.
b. Payment
1) The work perfoix�ned vtd the :tr►aterials fiirnished in accardance wiih this
Item s�all be paid for at the lump sum price hid for "CQnshvction Staking".
2) Payment fnr "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in t�e lump
su�r�n item.
e. The p.rice bid shall include, but not be limited to the follawing:
1) Ve�ification of control data pravide�d by City.
2) Placement, maintenance at►d replacement pf required stakes and markings
' in the iield.
, 3) P:reparation and submittal af consfruction staking documentation in the
form of "cut sheets" using the City's standard te:tx�p�ate.
2. Cons�ruction Survey
a. Measurement
I) This Item is considereci subsidiary to the various Items bid.
b. Payment
1) The work perfortned and the materials fiunished in accardance witY► this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Ikem shall be by lump sum.
b. Payment
l) The work perforni.ed and the materials furnished in accordance with this
Itern shall be. paid for at the lurnp surn price bid for "As-Built Survey".
C1TY OF FORT WQRTH NOATHPOINTE 24-INCH WATT.It TRANSMISSION �vIA1N (N4-IA)
STANDARD CONSTRUCTTQN SPBCIFICATION DOCUMENTS City Project Na. 103505
Revised February IA, 2018
ot �� z3 -z
CONST`RUCTION 5TAKINGAND SUItVEY
Page 2 of 8
1
2
3
4
5
b
7
8
9
2) Payment for "Construction Staking" shall be made in partial payments
prorated by worl� completed compared ta tatal work included in the Iump sum
item.
c. The price bid shall includ�, but not be limited ta the folIflwing::
1) Field tneasuremenis and survey shots to identify location af eompleted
fa.cilities.
2) Documen#ation and su6mit�al of as-built sur�ey data onto contractor redline
plans and digital survey fles.
] 0 1.3 REFERENCES
11
I2
13
14
15
16
1'1
18
19
2a
2z
22
23
24
25
26
27
zs
29
30
31
32
33
A. Definitions
� 1. Canstruction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions arzd
contiguration of structures/improvements included in the Project Drawings.
2. As-built Survev —The measurements made aft�r the construction ofthe
irz�provement features are cornplete to provide pasition coardinates far the features
� of a p�•oject. ,
3. Construction Stakin — The placem�nt of stakes and azarkings to provide offsefis
and elevations to cut and fiill in arder to Iocate on the ground the designed
struchu'es/imgrovements included in the Project Drar�ings. Construction staking
shall include staking easements and/or right of way iiindicated on the plans.
4. Surve "Field Checks" — Measurements made after construetion staking is
caxnple#ed and before construction work begins ta ensure that structures marked on
tha ground are accurately Iocat�d per Project Drawings.
B. Technical References
1. City af Fort Worth--Construction Staking Standards (avaiJable an City's �uzzsaw
website) — O1 71 23. Z6.01_ Attachment A_Surv�y Staking Standards
2. Ci'ty of �'nrt Worth - StancEard 5urveq Data Collector Libraiy (�xI) files (available
on City's Buzzsaw website).
3. Texas Departt�xent of Transportation (T�QT) Survey Ma�ual, latest r�vision
4. Texas 5ociety of Professional Land Surveyors (TSPS), Manual of Ptactice far Land
Stxrveying in the State of Taxas, Gategory S
34 1.4 ADNIINX�TRAT][V� REQi]IREMENTS
35 A. The �'ontractor's selection of a surveyor must comp�y with Texas Governnnent
3b Code 2254 (quaiifcations based selecfion) for this project.
37 1.5 SUBNIITTALS
38 A. Srzbmit�aIs, if required, shalT be in accordance with Seciion 01 33 pQ.
33 B. All submittals shall be received an� reviewad by the City prior to defivery of work.
4p 1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUSMITTALS
41 A. Field Qualiiy Control5ubmittals
CITY OF PQIYT tNORTH NORTHPOINTE 24-INCH WATEl� TRAIVSMISSIDN MAIN (N4-1 A)
STAND�tD CON5TRUCTION SPECIFICATI�N DOCi1MENT5 City Project No, 103505
Iievised February 14, 2tl18
017123-3
CONSTRUCTION S"�AKING A�TD SURVEY
P�ge 3 of $
1 1. Docurnentation verifying accuracy of f eld angineering work, including coordinate
2 conversions if plans do not indicate grid or ground coordin.ates.
3 2. Submit "Cut-Sheets" cainforming to tl�e standard templat� pro�ided by the City
4 (refer to O l 71 23.16A 1— Attack�rnent A-- Survey Staking Standa3rds).
5 1.'1 CLOSEOUT SUBMITTALS
6 B. As-built Redlin� Drawing Submittal
7 1. Submit As-Suilt Survey Redline Drawings dacumenting the locations/elevations of
g constructed improvements signed and sealed by Registered Professianal Land
g Surveyor (Rl'LS) responsible for the wark (r�frer #a dl 71 23.16A I— Attachment A
Ifl — Survey Staking Standards} .
11 2. Contractar sha11 s�bmit the prnposed as-built and completed redli.ne dra�ving
12 submittal ane {1} week prior to scheduling the pro,jeci �'inal inspection for Ciiy
13 revie�v and comment. Revisions, if necessary, shall be made to the as-built redIine
14 drawings and resuhmitted to the City prior to scheduiing the construction final
1$ inspectian.
I5 1.,$ MA.�NTENANCE MATERIAL SUSNIITTALS [NOT USED}
17 ].9 QUALITY ASSURANCE
I8
19
A. Construction Staking
�onst�ruction staking will be perfarmed by the Contractor.
20 2. Coordination
21 a. Contact City's Proj ect Representative at least one week in advance notifying
22 the City of when Construction Stakirag is scheduled.
23 �b. Tt is the Contractar's responsibi1ity ta coardinate staking such that
2�} construction activities are not delayed or negativeIy impact�d.
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
�2
43
3, General
a. Contractor is responsible for presezving and rnaintaining stakes. If City
surveyors axe z'equired to re-stake for any reason, the Cantrac�or wiTl be
responsible for costs to perform staking. If in the opinian of the City, a,
sufficient nuznber of stakes or markiugs have been 1ost, destroyed disturhed or
omitted that ihe contracted Work cannot take place then the Contractor wi11 he
required to stake or re-stake the deficient areas.
B. Construction Survey
Construction Survey will be performed by the Contractor.
2. Coord'znation
a. Contractor ta �erify that horizantal and vertical control data established in the
design survay and required for canstruction suz'vey is at�ailable and zn p�ace.
3. General
a. Construetion sutvey will be perfnrmed in order to construct the wox'k shown
on the Construetion Drawings and specified in the Contract Documents.
b. For construction rraethods oth�r than open cut, the Contractor shali perform
construction survey and verify control data including, but nat limited to, the
fallowi�g:
1) Verification tha# established benchmarks and control are accnrate.
C1TY OF FORT WORTH i�TO1ZTHPOINTE 24-IP1CH WATER TIi,A1�SM1SSI01� MAIN (N4-1 A)
STANflARD CONSTRUCTION SPECiFICATION AOCU3vIEi�1T5 City Praject No. 103505
Re�ised Fe6ruary l4, 2D18
ai�zz3-a
C�NSTRUCTION STAKING AND SiIRVEY
Page 4 of 8
3
4
1Q
I1
12
13
]4
15
16
17
T8
19
�a
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
44
41
42
43
44
45
46
47
48
2) Use ofBenckunarks to furnish and maintain aIl teference lines and grades
Fo,r tunneIing.
3) Use of 12ne and .grades to estab�ish t}ie location of the pipe.
4} Submit to the Gity copies of field notesused to estabTish aIl lines and
grades, if requested, and allow the City to check guidance syst��n setup priar
to beginning each tunneling drive.
5} Provide ace�ss %r the City, if requestea, to verify the guidat2ce system and
the line and gea�e of the carrier pipe.
6) The Gontractar remains fully responsible for the accuracy of the work and
carrection of it, as required.
7} Monitor �ine and grade continuousIy during construciion.
S) Record deviation with respect to design 1.ine atad grade once at each pipe
joinf and subrnit daily recards to ihe City.
9) If the installation does not meet the specified toleraxices (as outlined in
5ections 33 05 23 and/or 33 OS 24), imrnediately natify the City and correct
the installation in accordance with the Contract Documents.
As-Built Survey
Rec�uired As-Builfi Survey will be perfortned by the Cantractor.
2. Coordination
a. Contractor is to caordinate with C.ity to confrm which features require as-
built surr�eying.
b. It is the Contractor's responsibi]ity tp coordinate the as built survey and
required measui•ements far ztems that are to be buried such that constructlon
activitzas are nat delayed or negatively impac�ed.
c. For sewer mains and water niains 12" and under in diaaneter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after tha facility. has been buried. `I'he
Contractor is responsible for the quality control needed ta �nsure accuracy.
3. General
a, The Contraetor shall praviele as-built survey including the elevation and
lacation (and provide written documenta#ion ta the City) nf construction
features during the. progress of the constr�ction incIuding the �allowing:
1) Water Lines
a} Top of pige elevations and coordinates for waterIines at the following
Iocations:
�
2)
3)
(1) Minimum avery ZSO linear feet, including
{2) Horizantaa and vertical paints of in�lection, curvature,
etc.
(3) Fxra line tee
(4) �'lugs, stub-outs, dead-end lines
{5} Casing pip.e (each end} and all buried fittings
Sanitary Sewex
a) Top of pipe elevations and coardinates for force mains and siphon
sanitazy sewer liz�es (non-gravity facilities} at the following Iocations;
{1} Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical paints af inflection, curvature,
etc.
,Stormwater — Not Applicable
CITY QF FOTZT WORT'F3 NdRT�TPOTNTE 24-INCH WATER TAANSMISS'�OIV MAIN {N0.-7 A)
STANDAIZI3 CON5TREICTION SPECIFICATION DOCLII4IENTS City Project No, 103505
Itevised February 14, 2015
017123-5
CONSTRUCTIDN STAKIlVG AND SURVEY
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
i5
16
17
18
l9
20
21
22
23
24
25
26
27
b. The Contractor shall provide as-built survey including the elevation and
location (a�d provide written documentaiion to the City) of constt�.tction
featuz'es after t�e construction is comple�ed ineluding the following:
1) Manholes
a) Rim and flowline elevations and coordinates far each manhole
2) Water Lines
a) Cathodic proteetio.n test stations
b} Sampling stations
c) Meter boxes/vauits (All sizes)
d) Fire i�ydrat�ts
e) Valves (gate, butterfly, etc.)
fl Air Release valves (Manhole rim and v�nt pipe)
g} Blow off valves (Manhole rim and valve 1id)
h) Pressure plane valves
i) Underground Vaults
' (1) Rim ar�d flowline elevatiops and conrdinates for e'ach
Undergraund Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim a�ad flowline elevatians and coardinates fnr each
b} Manhnles and Junction Structures
{1} Rim and flowline elevations and coordinates %r each
znanhole and jurtction structure.
4} Stormwater — Not Applicable
1.10 DELIVERY, �TORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITEJ CONDTTXUNS [NOT USED]
1.12 WARRAI�TTY
28 PART Z - PRODUCTS
29
30
31
32
33
34
35
36
37
38
39
4Q
41
42
43
44
A. A construction survey will produce, but �will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontaI and vertical control elevatigns {benclamarks)
sufficiently permanent and located in a manner to he used throughout constri.�ction.
3. The locatioa of planned facilities, easements and innprovements.
a. Establishing final lzne and grade stakes for piers, fioars, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A recard of revisions or cor:rections noted in au orderly ttxanner for reference.
c. A drawing, when required by Y.he client, indicating the harizontal and ve:t�ical
iacation of facilities, easennents and impt'ovements, as built.
4. Cut sheets shall be provided to the City insp�ctor arzd 5urvey Superintendent for all
construction staking prajects. These eut she�ts shaI1 be on the standard cit}+ template
which can be Qbtained from the Survey Superintendent (817-392-7925).
5. Digital sur�ey files in the following formats shail be acceptable:
a. AutoCAD {.dwg)
b. ESRI 5hapafile (.shp)
CITY OF F04tT WORTH 1�fORTHPOINT� 24-1NGH WATEH TRANSMISSIOM MAIN (NA-IA)
5TAI�DARD CONSTRUCTION SPECIFICATIOI�T DOCLTN[E1riT5 City Pmject No, 103505
ltevised February 14, 29I8
07 71 23 - 6
Cd1�FSTRUCTIt]N STAT�iNG AND SURVEY
Page 6 of 8
1 a CSV file (.csv), farmatted with X and Y coor�inates in separate columns (use
2 st�ndard templaies, if availablej
3 6. Survey files shail include vertical and horizontaI c�ata tied ta original project
4 control and benchznarks, and shall include feature descriptians
S PART 3 - EXECIITION
6 3.x INSTALL�RS
7 A. Tolerances:
8 1
9
10
I1
12
13
14
15
I6
17
18
19
2a
2i
22
23
24
25
26
27
28
29
30
31
32
The staked location of any improvement or facility should be as accurate as
prac�ical and necassary. The degree of pz'ecision required is dependent on many
factors all of which mt,tst remain judgm�ntal. The toleran.ces listed hereafter are
based fln generaYities and, under certain circuznstances, shall yield to specific
requirements. 'Z'he surveyor shall assess any situation by zev�ew of the overati plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or raugh cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwqrk and rough cut shpuld not exceed
1.0 ft, t�lerance.
b. Horizontal alignment on a structure sht�ll be within .0,1ft tolerance.
c. Paving or cQnerete for stree#s, curbs, �utters, parlcing areas, drives, alleys and
walkways sha1l be located within the confines of the site boundaries and,
occasionally, aIong a boundary or an� other restrictive line, Away from any
restrictive line, these facilities should be staked with an accuracy prod�.cin� no
more than O.OSf�. tolerance from their specified locations.
d. Underground aa�d overhead. utilities, such as sewers, gas, water, telephone and
electric lines, shall b� located harizontalIy within thairprescribed areas or
easeznents. Within assigned areas, these utilities shouId be staked with an
aceuracy producing no more than Q. I ft tolerance froazl a specified lncation.
e, The accuracy required for the vertical location of utilities varies r�+idely, Many
undergrauttd utilities require only a minitxium cover �nd a tolerance of 0.1 ft.
should be maintained. Underground and overhead atilities on planned pro�le,
but not d�pending on gravity flow far perfarmance, should not exceed 0.1 ft.
tolerance.
33 B. Surveying instruments sha11 be kept in close adjustment accflrding to mar�ufacture�•'s
34 speci�xcaiions or in com,pliance ta stan.dards. The City reserves the right to request a
35 calibration report at any time and recammends regular mainte�ance schedule be
36 performed by a certif�ed technician evezy 6 m�onths.
37
38
39
40
1. Field measurements of an.gtes and distanc�s sha11 be done in such fashian as to
satisfy the closures and #ol�rances expressed in Part 3.1.A.
2. Vertica! locations sha]2 be sstablished from a pre�established benchmark and
checked by closing to a different bench mark on the same datum.
4I 3_ Canstruction suz'vey field work shal� correspond to the client's plans. Irregularities
42 or conflicts found sha11 be reported promptly to the City.
43 4. 12evisions, cflrrectians and ather pertinent data shall be logged fo:r future reference,
44
CTTY QF FQRT WORTH NORTHPOINT� 24-INCH WATER TRA:NSMI$SION MATN (N4-lA)
STANDARD CqNSTKi7CTION S.FECIFTGAITON DOCi3IV1ENT5 Ciry Pr�ject No. 103SOS
Aevised �"ehruary 14, 2U18
017123-7
CONSTRUCTION STt1KING AiVD SURVEY
Page 7 of S
! 3.2 EXANIINATION [NOT USEDj
2 3.3 PREPARATION [NOT USED]
3 3.4 APPLICAT�ON
� 3.5 REPAXR 1 RESTORATION
5
6
7
8
4
ia
11
12
I3
14
15
16
17
18
19
A. I�'the Contractor's work datnages or destroys one ar more of the control
monutnents/points set by the City, the inonumenis shall be adaquately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or repiaced due ta damage
caused durin.g eonstructinn operations.
a. Contractor shall perfarm replaaernents andlor restaratians.
b. The City may requare at any time a swwey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyars befare further
associated work can znove forward.
3,6 RE-IN�TALLATION [NOT USED]
3.7 FLELD Lo�] SITE QVALITY CaNTROL
A. It is the Contractor's responsibility to mainta'tn alI stakes and control data placed by the
City in accordance with this Specification. This incIudes easements and right of way, if
noted on the plans.
B. Do noi change or relocate stakes or control data without approval from the City.
�YSTEM STARTT]P
20 3.8
21
22
23
24
25
26
27
2&
29
30
31
32
33
34
A. Suz'vey Checks
I. The City reserves the ri�}Zt to perfQrm a Survey Check at any time dee�ned
necessaty.
2. Checks by City personnel or 3'� party contracted surveyor are not intended to
relieve the co�tractor of hislher responsibility far accuracy.
3.9 ADJUSTING [NOT USED]
310 CLEAiVXNG [NOT USED]
3.11 CLOSEOUT ACTIVITXES [NOT USED]
3.1� �'ROTECTIUN [NOT USEDj
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END O� �E�TION
C1TY qF FOItT WOKTH NORTHFOINTE 24-�[CH WATEIi TRANSMI5510N MAIN (N4-lA)
STANDARD CONSTIZUCTION SPECIFICATTQN DOCLIMENTS City P%{ect No. L03505
Revised Febr[�ary 14, 2a18
01 7l 23 - 8
CONSTKUCTION STAICING A1VD SURVEY
Page 8 pf $
R�vision Log
DATE NAIVIE SUMMARY OF CHANGE
8/31/2012 ]7.lohnson
Added insh�uctinn and modi�ed measuremerrt & payrr►ent under 1.2; added
8I31/2Q17 M. Ow�n deftnitions and references under 1.3; modified 1,6; aalded I.7 closeaut submitt�l
rec{uirements; mQtfified 1.9 Qua]ity tlssurancc; added PA,RT 2-- PKODUCTS ;
Added 3.I Installers; added 3.5 Repair/Restoration; and adt[ed 3.8 System 5tartwp,
Removed "blue text"; revised measareenent and payu�ent secfions for Cnnstruction
5taking and As-Built Survey; added r.eference to selection compliance with TGC
2114/2fl18 M Owen 2254; revised action and Closeout submittal requirements; added acceptable d�pth
measurement criteria; revised list of iterns requiring as-bui[# survey "during" and
"afier" construction; and rewised accep#able digital survey itle format
CITY OF FpRT VVORTH NOI�THPOINTE Z4-INCH WATER TiZANS1VIISSIqN MAIhi (N4-] A)
STANDAR]] CONSTRUCTIOId SYECIFICATIDN DOCUM$NTS City Project Na. 103505
Iievised February 14, 2DI8
�
�ection 01 i1 23.�1- �Ot�ach��nt A
Sur��y St�kin� S�and��ds
�'ebruary 2�T 7
0:�5pecs--Stds Go�ernance Process�Temporary 5pec Files\Capital Delivery�Cap �efivery Div 01�0171
23,16,01 AttachmentA_Survey5taking5tandards.docx
� Page 1 of ��
These procedures are intended to pro�ide a standard method for construction staking ser�ices
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projecfs on TXDOT right-of-way ar through jpint iXDO'T pprticipaiion,
adherence to the TXDOT Survey Manua! shpl! be fo!lowed and if a discrepancy arises, the TXOOT
manuplshallprevail. {htt : �onfinemanuals,txdot.�ov/txdotmanuals/ess(ess pdf�
lf you ha�� a unique circu.mstance, please consult with the project manager, inspectar, or survey
department at 817-392-7925.
�'able a� Contenis
I. City of Fort Worih Contact Informatiort
II. Construction Colors
III, Standard 5#aking 5upplies
IV. 5urvey Equipment, Control, and Datum Standards
V. Water Staking
V!. Sanitary Sewer Staking
VII. 5tarm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-buiit 5urvey
0:�5�ecs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Deli�ery Di� �l\0171
23.1fi.0�._AttacF�ment A_Survey 5taking 5tandards.docx
Page 2 of 22
I. Surve De arfinent Con�act In�ormaiion
physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
�ort Worth, 7exas 76116
Office: (817] 392-7925
5urvey 5uperintendent, direct line: (817) 392-8971
II. Cons�ruc�ion Colors
7he following co{ars sha11 be used for staking or identifying features in the field. This
includes flagging, paint af Vaths/stakes, pa�nt of t�ubs, and any identification sueh as pin flags
ifr necessary.
Ut�lity Co1or
PROPOSED EXCAVATION WHl7�
ALL EL�CTRIC AND CONQUlT5 ' �
PO7ABLE WATER
GAS OR OIL Yf LL[�4�.+ �
TEtEPHONE/FIBER OPTIC ������
SURVEY CONTROL POENTS, sENCHMARKS,
PROPERTY COftNERS, RlGHT-OF-WAYS, AND �1��
ALL PAVING INCLIiDING CURB, 5lD�WALK, BUILDING CORNERS
— --�,
SANITARY S�WER �`�y - `�= f �
IRRIGA710N AlVD RECLAIMED WATER ' ' '
III. 5fiandard Stakin 5u lies
a:�5pecs-Stds Governance Process�7ernparary Spec Files�Capital �elivery�Cap Delivery �i� 01\0�.71
23.16.01 Attachment A_Surv�y Stalcing Standards.docx
� Page 3 of 2Z
Item FVlinimum size
IV. Survev Equipmen�, Con�rol, artd Da�um S�andards
A. City Benchmarics
All city benchmarks can �e found here: htt : fortworthtexas. o� itsaluiions GIS
Laok for `Zoning Maps'. Under `Lay�rs' , expand'Basernap Layers', and check on
`Benchmarks'.
B. Con�entianal or Rabotic Total Station �quipment
I. A minimum of a�0 aro-second instrument is required.
II. A copy of the latest calibration repor� maV be requested by the City at any time,
It is recvmmended that an instrument be calibrafed i�y cerkified technic�an at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the sur�eyor �erifyti�e correct horizontal and vertical datum
prior commencing work. A site calihration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional fF�ld checks afthe horizontal and vertical accuracies shall be
completed and the City may ask for a capy of the cali�ratian report at any time.
II, �fetwork GPS such as the Western Data Sys#ems or SmartNei systems may be
used for staking of property/R.O.W, forced-main water lines, and roug�-grade
only. No C�PS stakin� for concrete, sanitar� sewer, st�rm drain, final �rade, or
an hin ihat needs �ertical �rad_ing with a tolerance of 0.25' or less is
allowed. ��
b. Control Points 5et
I. Afl cantrol points set shall be accompanied by a lath with the ap�ropriate
Northir�g, Easting, and Ele�ation (if applica�feJ of the �oint set. Control points
` can �e set rebar, `X' in concreie, or any other appropriate� itern with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferr�d if
the cap is marked `confrol point' ar similar wording.
ll, Datashee#s are required for all cantrol points set.
Datasheet should include:
A. � Horizontal and Vertical Datum used, Example; N.A,�.83, Narti� Central Zone
4202, kVAVp 88 �'le�atians
B. Grid or ground distanee. — If graund, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North, 0, East=a
C. Geoid moclel used, Example: GEDlD12A
O:�Specs-5tds Governance Process\Temporary Spec Files�Capital DePivery�Cap Delivery Div 01�Q171
2�.].6.01 AttachrnentA_SurveySYakingStandards.dacx
Page 4 of 22
E. Preferred Grid patum
Although many plan sets can be in surFace coordinates, the City's pre#erred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. !t is essential the surveyor be familiar with coordinate
transformations and how a grid/surFace/assumed coordinate system affect a project.
Pro'ected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS 4202_�eet
Pro}ection: Lamb�r#_Conformal_Conic
False_Easting: 1958500.00OOOODa
Fa Ise_No rthi ng: 6561666.66666657
Central Meridian: -98.5fl0004�0
Standard Raralle! 1: 32.13333333
Standard Parallel 2: 33.96666667
Latitude^Of_Origin: 3J..66666667
Linear Unit: Foot U5
Geagraphic Goordinate 5ystem: GCS_North_American_�.953
batum: D_Nortl�_American_1983
Prime Meridian: Greenwich
Angular l�nit: �egree
Nata: Regardfess of wha� �atum eaa� partictifar projeci is ir., deEi�erdb�es i� the C��
t�ust h� canverCed/translated into this preferred grid datum. 1 capy of the delfverabie
should be in the proJect datum (whate�er it may bej and 1 copy should be in the NAD83,
, 7X Nurti� f�encral 4202 xonN. See Fr� e►r��' File N�m1n ::orY=:�_ic., bc?�w
F.r Preferred Defiuerable Farmat
.txt .csv .dwg , .job
G. Pre#erred Data Format
P,IV, �,Z, D, N
Point Number, Nor#hing, East�ng, Elevation, Descriptian, Notes (if appl9cabie)
H. Preferred File Naming Con�ention
`�his is the pr�ferred format: City Project Numloer_Descriptian_batum.csv
Example for a proiect that has surface coordinates which must be tran.slated:
File 1: C1234 As-6uilt af Water on Main Street_Grid NAD83 TXSP 4202.cs�
a:�Sp�cs-S�ds Governance Process��emporary Spec Files�Capiial Delivery\Cap Delivery Div Ol\�171
23.16.01�Attachment A�Survey 5taking Standards.docx
Page 5 of 22
File 2: C1234_As-buil� of Water on Main Street_Project Specific Datum.cs�
�xam le Con�rol 5takes
�:�5pecs-Stds Governance Protess�Temporary 5pec Files�Capital belivery�Cap Deli�ery �iv O1�Q171
23.16.01_Attachment A_5urvey 5taking Standards.docx
Page 6 of 22
�
�
``�-�
�
�
�
�
�
�
�
�
CY]
�
�
Z
�
z
%�
C:�
1Q1�
��
�
�
L
� �
� W
s:
�
�C
�
_
�
Q
J
U7
w
�
m
�
0
0
Z
Q
�--
�
�
w
J
��
�L,= 10D.a0'
� �
� � �
� � d
� �
H =
Z �
o �c
a_ �
J
' Q W
� J
, �. L`p
� �
� � L�
-:� Ct
��
CP #1 � � �vR�Ooo.oa
�
w
�
Q
Z
0
fY:
���
,�
f
4
-�
�
t
i
�
n�
zw
� �
� (�
EL' �
Ca �
= U
H �
� —
_ �
��
�_
J �
L� ~
W
d �
, m
W p�
� i� f't
E=�oaaoa ' � __��.
— �
�
�
,
V. 'IAJater S�akin� S�andards
a:�Specs-5tds Governance Process\1"emporary Spec Files�Capital Deli�ery�Cap Deli�ery Di� 01�0177.
23,16,01 Attachment A_Survey 5taking 5tandards.docx
� Page 7 of z2
p. Centerline 5taking— Straight Line ianger�ts
�. Offset lath/stakes e�ery 200' on e�en stations
II. Painted 61ue lath/stake only, no hub is req�ired
Ilf, Grade is to top of pipe (T/p} for x2" diameter pipes or smaller
!V. Grade to flow line (F/L) for 16" and larger diameter pipes
V. Grade should be 3.50' below the propased �op af curb line for i0" and smaller
diameter pipes
VI. Grade should be 4A0' befow the propos�d top of curb line for J.2" and larger
diameter pipes
VII. Cut Sheets are required on all staking and a capy can be received from the
surv�y superintendent
Optional: Actual stakes sha!! consist of p 60p rrai! ar hub set uvirh a whlsker
B. Centeriine Staking - CurUeS
I. If arc length is greater than 10�', POC {Raint of Curvature) offset stakes should
be s.et at a 25' interval
II. Same grading guidelines as aba�e
Ilf. 5taking of radius paints ofgreaterthan 100' may be omitted
C. Water Meter Baxes
I. 7.0' perpendicular ofFset is preferred ta the center otthe box
II. Center of the metershould be 3,0' behind the proposed face of curb
!f I. Meter shoufd �e staked a minimum of 4.5' away fram the edge af a driveway
IV. Grade is ta top of box and should be �0,06' higher than the proposed top of
curb un�ess shawn ot�erwise an the plans
b. Fire Hydrants
I� Center af Hydrant should be 3,0' behind proposed face of curb
fl. 5ur�ey ofFset stake should be 7,0' from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be �0,30 higherthan the adjacenitop of curb
E. Water Val�es & Vaults
I. OfFsets shauld be perpendicularto the proposed water main
II. RIM grades should anly be provided if on plans
Exam le l�illa�er Stak�s
O:�S�ecs-5tds Go�et-nance Proc�ss�Terrtporary 5pec Files�Capital Delivery�Cap Delivery Div 01�0�. 71
23.I5.01._At�achment A_5urvey Staking Standards,docx
Page 8 of Z2
�
C�-�
� �
� �
a�
�
�
�w
��
�
V
i
�� ,
_ �,
�
� '
,
7� a%S �, �rVJL' (�STA`2t64 � C-3.62
�
�ti
�
� �
� �
� �
�
� w
� �
�
�
'�[
�3
J
`'� r
�� t
�,
,-I�
��
m
�
�I �
��i �
`� A
�
�
� z . �a�� R.� tol.ts'
Q] � �— -
w
�
S�
��
��
s �'
�� F
d
�
� E
�
1
_ 1 �—""�
�,
1 �
� I
.1 _ �
��� �
II�
I{ �
�
�
�
� `' i' �
i; �
� �:
� d.i
� �' �
� � , vF i
� .. ��: �
�� t �=�a � I
� � � � ;;
� � � ii
o .�
� C-3.7 .��� '
�_ � rtl
� w -�
� o
u� � �
� ��
� ��
^ 7 ��
C�'� �
aa
� z . ��
� � _ —
� � � 0/� � �/
�
� � �ai .. �aa =-
m w 6� �
W I�e
N s W
+,' i.
ro
:4
VI. Sani�ary Sewer S�atcin
����
����
$���
���
s
Q:�Specs-5tds Ga�ernance Process��emporary 5pec Files�Capital ��livery\Cap Delivery Div 01\0171
23.16.07._Attachment A_Surv�y 5taking Standards.docx
Page 9 of 22
' ��L�� �
�� a�� � +�/� � sr�,��+z�.a� � c—�.s�
�
�
�
ry
srrr�a+a�
A. Centerline 5taking—Straight LineTangents
I. Inverts shall be field verified and cotnpared against th� plans before staking
II. Painted green lath/stake WITH hub and t�ck or marker dot, no flagging required
III. i ofFset stake between manhales if manholes are 4a0' or fe5s apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and t�e date of the plans used should be noted
Vi. If muitiple lines ar� at one manhole, each line shall have a cut/fill and direction
not�d
VII. 5takes at ev�ry grade break
VI1�. Cut sheets are required on all staking
Optional, Aciu�rl st�akes shall consist of a b'OD narl or hub set with a whisker
B. Center�ine 5taking—CUrves
I. If arc le�gth is greaterthan 100', POC (Point of Cur�ature) offset stakes should
be set at a 25' interval
II. Staking of radius pnints ofgreaterthan 1�0' may be omitted
C. 5anitary 5ewer Manholes
!. 2 offset sta�ces per rrmanhol� for the purpose of providing alignment to the
cnntractor
I1. Flawline grade shoufd be on the lath/stake far each flowline and directian noted
lil. RIM grad� should only be nn the stake when pro�id�d in the plans
�:�Specs-Stds Governance Process�Ternporary Spec Files�Capital Qelivery�Cap Deli�ery Div 01�0171
23.15.01_Attachment A 5uruey Staking Standards.docx
Page �.Q of 22
�xam le Sani�ar 5er�ver Sia}�es
�r���
��i f
�
���� ,
. ��-� __
- ��t
t
� �, ' �%
� � , ��
� � -� - _ �
�� 7' iKJjS � SS ��� stn.�a+r� �� �u� c-. a���� a—a�� � a—on
� � ti � �
M � o ��,} �
� � -- � � �/ � �
� .'
� � �
� M� � ��
� ` �
� i �f � �r� � _ti
a� �z njs �, ss ��� srno.s+�Ti�����, c-aa'- �{� c-3��� �n�, y, ��pl� i h�" .
� � � ��� � � �
�d . � ; f
�j = �- "���"wk: d1
� �� � . . ��.
' �i � �} • �
���� � 7' Q%S �, S5 ' 93A=t+9s� `I � C�+� � ,
� � — .
- i a' LL, a +� 1
� �- � `--�C
� � �:� � II ��
, � ,
� � w �� F�
i i� ' �
� � � �, �� �� �� �� � �� �� �.
, � � � � � � �� � � �� �; � "����i ��� .
"� � ��� � � � �{ ��� � ^� � �
� � 7' �p��g ;�sn�o-+oa���� e—s�.i1F �v c-5���� ,,F+o +'p r � �
� w � �
�� � �
� � �� � ���
�
�' h� ,
�--� � . _ ___ � ` � ��r
��
� � c12' afs � s� ���' �rn—a+no�l �z c—e� ��vr �-�-kl � �—a� ��
� l,..l . _ �
L�. � -�� �".' ��
�� �� ��
�� ��
0:�5pecs-5tds Governance Process�Temporary Spec Files�Capital Delivery\Cap belivery Div 01\0171
23,16.01 Attachment A_Surr�ey Staking 5tandards.docx
Page 11 of 22
VII. S�orm Sewer � Inle� S�akin�
A. Centerline 5taking—Straight Line Tangents
I. 1 offset stak� every 2QQ' an ��en stations
II. Grades are to flowline o# pipe unless otherwise shown on plans
�II. Stakes at s�ery grade break
!V. Cut sheets are required an all staking
Optional: Actual stakes sha!! cortsist of p 60D nai! ar hub set tn�ith a whisker
B. Centerline Staking—Curves
I. If arc length is greater than J.DO', POC (Point of Cur�ature) offset stakes should
�e set at a 25' interval
Il. 5taking af radius points of greater than �.06' may be amitted
C. Storm Rrain lnleis
I. Staking distances should be measured from end ofwing
II. Standard 7.0' Inlet = 16.pD' total length
Ill. Recessed 10' Inlet = 2D.00' total length
IV. Star�dard double 10' in[et � 26.67' total length
V. Recessed double 10' inlet = 30.67' total lengt�
Q. Storm Drain Manhales
I. 2 afFset stakes per manhole fort�e purpose of providing alignment fo the
cantractor
II. Flowline grade shfluld be on the lath/stake for each flowline and direction nated
III, RIM grade should onfy be on the stake when prn�ided in th� plans
0:�5pecs-Stds Go�ernance Pracess�Temporary 5pec Files�Capital Qelivery�Cap Deli�ery Div 01�0171
�3.7.6A1_Attachment A 5urvey Staking 5tandards.docx
Page 12 of 22
Example S�orm Inlei 5takes
FRCJNT
{s�o� ��,c��c �}
�ACK
(�0[ FApNtl A.0.4R�
.�."T { �
I�.,.d 0.!'�AiH7r �
Q
�
�
�
m
�
�
e
�
�
�
�
II
�
�
r/c.
�
a
`"�
�
�
�
—x�.�_ w�
_ 9T�/+KEb ��
" � STARBN
°01E0 ON PLANS)
0
�S {31tHDC
�r er cu�ee
. - � �_ -._.
FR�NT
(�iaE �a,���� �)
����
(�E FAl7Mn N.QW)
�='�iT � �
XU! O.kYl�110N n1'I
�
�°
�
�
�
�i
�
�
�
�
� � ' �'."•IFFlE�:ktlCN
k,. c7P' '. -!P'..,.
' Pl7N� 91 r, a �
�
t
�
7/C
-�h
0
�
.�
�
o ar�.Ne.�� Fr+HC�H I�, NLECS � �_,.�
— - — ------ srnt�naRn io is'
REC�5SE0 1D' � 20r
srAtioNZo Gous� 1U' — �e.67
RECE66ED �4�LE lQ_d 36 H'i — — —.Y ^ _ _ ' ^ _ � �
,Ji •`�TH T " — — —' — — — — —
�
{
! HACFf �" INLET F�
I '�'S. 'ni:� ,i. s:' ��' �]i"' �i�i..i ��
�` �• '+; a�
�! u�aR �a� � �
.,
OI + r� I
r �t I
I .��C
_ `. 9pqC � CUPB _
^ F'LQi#d.INE — �
EDC£ OF P�VF?AENT^
� 1' ' ir
FACE OF 1NL�T
EpGE OF PAVF}AET7T
-m - .,
FACE pF �NLET
�nc�
_ B}vCK 4F CURB� _ ^
�.. —. FL.O4AJNE ^ — —
E6G� aF PAi+EMENYJ —
Q:�Specs-Stds Governance Proeess�Temporary 5pec Files\Capital Delivery\Cap Deli�ery Div D1\0171
23.16.01 Attachment A_5ur�ey 5taking 5tandards.docx
Page 13 of 2z
VIII. Curb anc! (�ut�er 5takin
A. Centerline 5taking — 5traight Line Tangents
V• 1. afFset sta ke every SQ' on e�en sta.tions
VI. Grades are to top of cur� �nless otherwise shown on pians
VII. 5takes at every grade break
Vlli. Cut si�eets are required on ali staking
Optionaf: Actual stakes sha!! cansist of a 60D npif or hub set vvith a whlsker
B. Centerline 5tafzing—Cur�es
III. If arc length is greater than 100', P�C (Point of Curvature) offset stakes shouid
be set at a 25' interval
fll. Staking af radius paints of greater than 100' may be nmitted
D:�Specs-5tds Governance Process�Temporary 5pec Fifes�Capital Deli�ery�Cap Delivery Div 01�03. 71
23.15.01_Attachment A_5urvey 5taking Standards,docx
Pag� 14 of 22
�xam le Curb � Gu��er Stakes
FR�NT
(s��E F�c�r�� �.)
FR C�N T
(SID� FACING (�)
BACK
(SID� FACI1Jfl R.0.4�)
. _ " y �i
,,,� � ,.- � �,
�
� �
� _�_.l__,__
u� __._..r
'�� �.
�
a,�
�SP,.�_e
�'
�
�
FRONT
(S14E FAClNO �}
�
P
FR�N�'
(�os F�o�r�a �
��
�
6C �
�
I r��
�
�s �.,�
��
�`[� • � � ' �ff � �
�'� .�! _ nQ C. 9 '+l '�
� * � ,�
� � �� � III I
� - ��� �
I ti •_.�- _. __� � � � �
� ;Y _...�� ,,,:,�,F - I
v%� Y� :.- A__�51 ts uwYa ... ,
_ �_ ���41
� ��
��
�i
��
� .- . _. . � � j j i 3
--�..,.- �-
_ ^�-
i �F F�Ni, r �,.. . — _ I
' �,�o`•`�, /�� 1 r I
� '�A� ! l 1 F t
� �-� � ra � � i � +
� , ��.r � r � �
—� �,� - - r f� 1 � r
a � 1
\q� �,✓ f� f / f!
\'�i'�, � �' r `s f� .✓ f !
�,,,J��,�� �/ ! !1
l
-• - i4P t?F CURB r"" �_�-�l' 7 �"��'� /
,�''�� -'-='y.���" �
;��q� ...� � ��� ��... ��������1. I ���/
�� ��X �r `��r
� � x. " f, .r
� �„ � .� _ �„ r
BACK OF CURB -.�. -- N ` �
��� l�� ���
��f r X x� ��
I'���}� � � �,�
� Y7-r� 'lr``�y ��
FACE OF CURB�, � j,-���{�� �O�
� ___�— ���
FLOWLI N�
E�G� OF PHVEMENT
Example Curb � �u��er Staltes a� {ntersection
0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Di� D1.�0171
23.16.01 AttachmentA_Survey5taking5tandards.docx
Pag� 15 of 22
�
� ��
�-- � �;���
���
� Q � I �a' °JS � sr►�+ao�� � F+o�
���, -��-
�o
�
..,��,
N w• F[ i0 �
y�� a } — —
b � � �;
i
i
'
7.
� . � _
;:
IGi
1I
��
°� — -._.
i�
�
�
, m
0. - .-. �
� �
�
i
¢ �. -
�
i
�
�
�
'� r � �'j
� c r
d� � ,04
,_r
y ~F
.a� � ��
� �
� � �
�V" ���
- - f
• P
�� � x /�
�"J� r J
J t
��G. �� y�
� a a��f g, tp.
�I 4Y � kC
��/, • : �
/
� _w.j. `1.l
� � � � q q
' �� � ��
a� •-.- -=._ � ... � �
����i
� �
���� `
� aa no �o �sva
;� I ,....� � ---- � I �
�I , r
�. � F [
` a a . ��
\ �] y � � �
`� � ���`
�/Jj L..,i a, .
, . ���.\
� 'a, �Qtn�
A4 I �
� — a a
i ,�
� _. ���
� � �
S
HZ
. s.,�F
�
— a ���
`�L •�' 4
.�
�:�5pecs-5tds Governance Process�Temparary 5pec Files�Capital Delivery�Cap Delivery div 01�fl171
�3.16.01_Attachment A�Sur��y Staking Standards.dacx
Page 16 af 22
IX. Cut Sheeis
A. Dat� of field work
B. 5taking Method (GPS, iotal station)
C. Project I�ame
p, City Project lVumber (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. 5urvey company name
G. Crew chief name
�. A bfan� templarce c�n l�e obtaln�.d tran� tr�e svrrey sup�rintendent (see Item i above)
5tandard Cit Cu� 5heet
Date:
0 TOTAL.
5tal�ing lulethod: ❑ GQS STATION
LOCATl01�:
CONSU�.TANTICONTRACTOR
SURVEY CR�W INSf1ALS
City Project
NumSer:
Project Name:
❑ OTH�R
ALL GRADES AR� 70 FLOWLIN� �R TOP OF CURB UHLESS OTH�RWISE NOT�D.
OFFSET PROP. S7AKED _ CUT +� FILL
PT # STATlON �T�,�R7 bESCRIPTI�N GRA�E ELEV.
0:\5pecs-Stds Governance Process�Temporary Spec Fifes\Capital �elivery�Cap Delivery Div O1�Q171
23.15A1 AttachmentA_Survey5takingStandards.docx
Page 17 ofi Z2
X. As�buil� Survey
A. Definition and Purpase
The purpose of an as-buiit sur�ey is ta �erify the asse# was installed in the proper location
and grade. Furth�rmore, the information gathered will be used to sup�Olement the City's G15
data and rrtust be in the proper format wi�en submitted. See section 1V.
As-built sur�ey should include the following (aclditional items may be requestecf):
Manholes
Top of pipe eleuations every 250 feet
Horizonta! and vert�ical ,aaints of inflection, curvature, etc. (,4l1 FittingsJ
Cathocilc protection teststatilans
Samplrng sto�tions
Meter boxes/vaults (A!1 sizesJ
Fire lines
Fire hydrants
Gate valves (r!m and tap of nutJ
Plugs, stu6-outs, dead-end lines
Air Release valves (Manhale rim and vent pipe)
Blow off vcrlves (Nlanhole rim and valve IidJ
Pressure plane valve�
Clear�ing �vyes
Clean outs
Casing pipe (each endJ
lnverts of pipes
Turbo Meters
d:�5pecs-5tds Go�ernance Process�Temporary 5pec Files�Capital Qelivery�Cap Deli�ery Div 01�0171
23.16.01_Attachment A_5urvey Staking 5tandards.docx
Page 18 af �2
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. 7his should be
a copy of the �ians with the point number noted by each asset. If the asset is missing,
then the surveyor should write "NUT FUUNU" to notify the City.
0:\5pecs-Stds Governance process�Temporary Spec Files�Capita! Deii�ery�Cap Delivery Di� 01\0171
23.16.01�Attachment A_5urvey 5taking Standards.docx
Page �9 of 22
I�
4
�
���� ��� ��
�a� ' �� � � �
F i � ' � r9
; tt � �� �� � �� �
; ��:�,� ��$ � �z
't�! f f �ei �
�
, � --- �
I(4 � � �
�r�4 �� '.
�3i�,1� I��j
i_'R{���;i
, �--
I �� �,+ �� t���� � ��' ...� '�
I .++�- 'I��� � � ���� ,�' j
i I� '�� ' '��'I' ' ,i
,�:_�� r. . � �. .' _ �'��
�� . j; �' {� ..�::�.. ._.,. �
i I : � � I ' �� � Y�py� ' , F � ' � . . „i
..i �"i�_ .��1�'-I.IE.'��t_��i.l�..� . ��M` .. .�
i'" '�- .�"� I r"i i.. �"i1�!� "� �
,, � _. _. . , �� ._. ,
r, +�`;'��- `�I� . r �'+�.
� �.�i ;l; ;� .--;� ; �� .,7�r
� �' �.,1I__�rI ; .�1' . s+� -- k
:�Pr I '� �� I � �� III " I I I � J ..
.t�.. � � . I !�' - � I I �.
I �' ��`I�;,I �r�t';
�, �I �::;t�; f- �p;� .
���.'...---... ' . — _.:. , �r ..
_....� � I I'��' ��'I iF+ �.�: ����� , '�. �
!,� �i� I ' '� �I�'_I"� �" _�i '�ff . ;"iI �
�� r .�r+'-r.'fi, s-� l' ' �J ' .� + . , ;., r-!�
i��;�i'4�1�f .' .. �. �— .� � i � ��
�'I � Ty:t': �,�.; I r �� '��� ��{+' �,i �
. .�i...ck''" .I :�:�; ��3'=��w�r'w
„' �� I; ;�- . ,
'I.� ... � i�'Mlr��-�- �i.'�� �i.�'�k.5
...i{.�k..,i�'i ��' I I .
ti-�Fik�' i J iI � .4 r'���.:i
'��I��+��1�5• �� +�4��:. .f i i3
� i .,wf } , � `j � ' � � . .
. �.,,+.�.+�i,:- � � ��� �� - -I:: � ' . Fa.:• �
;I:':, .�..: I � ;: .. . ;,� ;i� � � .. .+
I""� " , � I I'I� I+ � 'I � �•.��... . . . '
� 'if—�'--; . p
��I���„! _a—�^�•,—.�a_—�°�� . '—{
_
�. �
�� �i
� �
,. �
��! ��
��
�t.�[pj� ' �. ,
�� �$€�fjjIftI�I I• ��.�.����i�d �� � @
I ISI � k �.
� �I� r� � �I-�d��yY�i�l� � xi _
�:�� ;I � ��I ���i' ��: �;'��`�.I�� �I
?..`I ��_,. . •'�.� i; ��
i��L, I; :;'��.: ' ;r�ts—
�i��;:rl �I�i� ai�::j;-;'f{�� �
' �� i{ I ��' �5'�I`�Efqg4�
i � ` !s� � i� I !i9F�
-- �.
— ,�.,
. {' "p
_�� ---- - .
� � ; '--: ;�'�:���r�s�f�ki ii�qi'I�;4;�.
' I ';,Il:��,;i.. '� �i -�- .. , - ,
� rr arii�'N:����' -� . .I---.�i-;� .
.�!�al YE � i; I , I
, i;� I i�H.'I. +- �f� ..—� -..'��
� > . �� . 'J ! .
_ �..,::� .:, ;��+ .� . �
i{' �. } ,ti.. ... __ -
f{ � s"i='�^ �i�;s ri� �'�
��+ II�V �r2��4 d {� f +,+
..I �Y 4i� � -k_ f f
. �4? �y�" � s , " �
� �� _
� �._. .; ,�.��
O:�Specs-Stds Gavernance Process�7emporary Spec Files�Capital Def ivery�Cap Delivery Di� a1�0171
23,16.aI_Attachment AMSurvey 5taking 5tandards.docx
Page 2b of z�
121d1..M:�TGV lLt11 STAP3TA0 -,F�111 fFtAy'A LRi
-�WLfF!!1!'d A41 A�:9Y� Lr Sl�YldE EXIS�f.
PIdiV'ER &G'E VkYE A NEIYaCFJQ
Oae]YlxY 7'U EXt3'f.B'iTI�FR
. _ rssr� �t�sa� st�qre
� � N�2� vu� _ ._. �
+e_
AfYE
+ , ' � R��09',�BJIO i . � �
m ��' �i
,r a
BLK 6 �
r�. � �bQca
r � �'� w'
na� �M" �
����
�d �
2 �e
� �
� �
� ��
������ � �
��� �
�- - -
i'�i�7`A�f+ 6 Y �� � ' . .
�'�wx ��.'�i.�.� ' f� ' Sy'
�'�fI�M�v F' i��ip����� ,
FI'I/i liirrv`T1 `K •
AI�' €fli�aF7AUf' !El�±
hl�,�9h
E�6f.0.EW
� � t� �
�j A'VPe1GiF R.1'n�.ti
I1�'ik1YGM�F�+F'� �
,�i ��
�`✓ .a�1;�
..i-_ �. .,.
�a�,�,, �:iisin I��
r�
�� � � �. �
�r�.��
y,•,, �w 1� •• ST
� ti'� '��
ff� .�
� �� � .--- . - . -
.. _ �r I��Y r
.r !2'Wf+�s%� . t _.. ��----- �
t � �I �� �'�� --
PACk*�05�d
Sr�fiPflAR1' ;
SF�' Sk�f
��
���rs e suvp� � �a
,� �-axsr.c� v,urE
� �, . !OF A
'�p wR�r.tir�38�i.Fafiota
E �����
S' 0-�r:A - � �r�
/`/�[ / �SfAPDOLU � 2'IK AFl�'D A � � S.TkOt�05R d tY
/// �/ 1:d3Tfd.li M'SlF;a1. � � 1'�W i
! f FC?'6dd90fM� �+��s4��++.�.+� r�cvr�.u�}
I ! b7'if.(1"' dE'fN�7E1� Fi7'E x��+rr�c,c.strr ti ,;�v�aw.v
OR4� 7r] E1Ct5►.1t'WrVER d��r' adh.
N�7f�f5S7/9
E+�8'C63Q';Bl.i6
_ — — -- �--�--�-...-...
I ! ' : _ =—i-- = j- - - � - -
i = I I � - � � __ - i .. __ ., i... _ _ � -
I i j-
- i i
-�' _ - ' —i - 'j ' � ' _ �.:�.i - i
- i' L���+
_ � i `�� ..�
-- �� _ _ — � �L1
.'
Q:\Spets-Stds Gv�ernance Process\Te.mporary 5pec Files`Capital belivery�Cap Delivery �iv 01�0177,
23.16.D1 Attachmenf A_5urvey Staking 5tandards.docx
Page 21 of 22
— :�. �� � �irt� � �
=E � - � ��
,� � 6w` �
�y� I. $}�l �j hEa i@
� �; �j ..�-� . r���i
�� `; '#�'• ��' ��� � �
1
-7 ;t +• '�.�H� �� � �t�� � � � � ��
� � ..� � � "r� � � ,
i�v'�4'iy"iYpi+' : 1�� hp
I.F.I ��5' � 4 Y� L' i.L �� �9
1 �,i4 k�� } 1i s � *��
I ; t,� � � €. . � �� � ;�a #�t ��is:. ,.P�
�I. '_I " t i�. � � � h�:,if,�d:
��
�
C�
��
��
��
�
,;
�
�
�
_ ��
�� � �
�g! �
11 j1 I I
} ;� II � '� � I �i� �tti . f
�� ] �:! +II�I �S . � y+�;
e��f.�.: � , , � '��,k
�� �: �}�� ��f�yl � a ���,
I r� ,i j �_,
I �I�I.I �; ; �
+ ��, h , ;�� I�� ���
., k! , .��_ , �� ..`�
is � / � .
��
,�` � :�
i �� !t�
� ; �_�'E�
b6 a��il�,
� ' � f �
� //
�rT-� � �,.
, ��;�.
y` ' J
��
��� , � ���_
_�4 �F^t
���� — — -
�' f
��€I _.,
R I
�]
� `�` "
2
` S ��q
_ �
� �� �
r:; �. ,
r .. �
�
����k� �
tb������
` � 1�+�� .�`��
� � � \\
i �'�- . �',
� 'li7 � a
f� �—{ �
fF?+, 5'���� I �i�, u�` ;q A�
' �� "t���
� � I �1 ppp �i
4 y'L+�� _, � 3
4 �1 w � �[� i ��� }�,�� S j
� � � a �����.IFt;� :�ta W �
ti'��. �
, li ,.�,' k' •� � � y�-ry. ", ��.. ,g �
f�p '.i �.k{ }' � '�' f� ��'��
�t F'�f7;; � g4
�,� �{ ��� �N.I'�;.F.t. I 92
`��� #I'. ''�� =i��4��?;��i,:lf.'i�.��?Ij�y
,,;� � 11 F�, '..., I I �
;�. , �:: �� � f
. .ii�,�- . I �: � '�� �i, �'+E
' '!`: B � _ . � � �-����;;a
.��. ���. _ .. I ..N 5� '�
46 �' :.' ���i�.,,�rk�`�'..r�'�'� „_ ' �
.i . 'S: ,I _�"LJi��
..i.. :I �; i ;.� . . �I�� � ..
4 � `. _� � � ? :�: . � �� ; � '1 * ''� '� 1� �
� '�;`'!I;�" - - ' �i,'�,; ;�'�!',�; . ; ,.
5� �'`.:;3"�� '1 �'��'�'' ' L' -,I':. .,� , � '�
.i rJ`',' .�.
4 i I. '��+ � I�i �'i _ .'`i �
f_�r�;�=�--���r-. .._..._E.,�.�`�i..`�_, ,..,'� �
�x�;.;_.i�.� :.i�:; ;._ .��� ����:�� �
i., ��.. ,� .; 'r
� I.:"-I i I�'. .��i'� ��.- �� i� - r
1 � �' ; ' , � f - ,- �
� I �� ;. . .� i � +,�,� � � � ����, � i. _.`.:.
� � ; � t� fiy� '�-�� f� . -'_ - i-.... ,. : ,,�,,,.
���� �.. ' ��-�.�;�: ���;��t.� � � -I
� I! �.i�! I'-�����' _i�R.
.��' . _� i�'i�i; �� h
I��! .,�! ,,' ��4.+' ;�fi �'.�'.. . � , . i�
_ ,.�„ : .-:� �'F�,� ;4�---�-� -�
^ � � ;f 4I�1� . I� ��� ����1
i �� �, ��' � i�� � i :,° �;+���`,�_�.� : _ , '��' .=:��:.1�,-,. �
, ��'��'' ' ���+ ����' �'�� .� '��`�i
' �� � i;-i .�':i
� ,�� r�,;s Y ...1�"I ���YY,
!�
,IJ..
�,` � "w.i�,�'j.�� �e��.� � �
�4 =, ' . �. �'';�;-� �� . . . �� ' � �'i: `�
� � ,�. . I i . �� . � il �. -- �. . ., ,.li � �' .
V� �'� � � .; . .I:'� I. .I,I�,� ; I" ' '; � ' :.�' fY '
z ,..�I, . �� _' ���.,,{ , �'I';' . I'::'_��':,.� ,�J } . �
�� :�� �'' ��`'._ ' ,�-; r
�y; ;� .:� . �,�.�i° ,.: _i.{,..:�.�,--��
ti` `� ' � � - ! ' � �. � ' � � �:�a'+I ���i� - �
�;;'� � ; -;�_:—; ;.i�i:�,�.a#'� � � I
li � "' I • ^ � � I � . �' I . ' �' � � I � I i' I I �� .
� ;�: -�—I� .I ' �ry� � I:�j �t !�" �: i ��� � . �:I '"' �
.� ��.iii _�.ii.����+�. I.�� i ��
., � I ,. . , .; '�I; : _�� . . , , ; i . .
� . � _ I �"� I� i � ' ' II .��
.;.....__._ ... .. . ,
_. . . ... . �.� -�._.. �
...:..;. ; _.. .�.�. ,. . ;.,,
� '; � '� �' �� � , ; i ,:� - �f ' , �. �'�. .;
' . ��;.: � ' � . � Jf ' �� , �._..
I. . �A•i��jT+- ""Y��.S._. =/'� � .} �:4M�.C.�i .
.� _ . . I �-��. �J... . ��Il I'� .� i��IG+� yR ,
� I��til� : I ' I� �II'� +, w. �I '
' I i. ' � , � � � ' ' � �. "�,;y "� I . ..
""� ' Y�..T. �"__ '� �.�' I . . � ���� � ' I.-I .' . �
i � , �"'_' � '�I�i+2.�����i�r� li��
. ,.. . i I ,� , i � � =.,r. _-���: ,,,�i°:
� — � -TL� a i� lyi I � r�l I �"�i�' �.�L L'.:� . �I _f _I, � '
..� I riG'r-L���__�"_ �Y:�'' � ��i �i�
._ -�-=I�� , _ j
��I � � �� � �
=F' �,f fti - . -� - -� , i 1 ' ' I'., /
v
a
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 22 of 22
\Q1 7f
page 23 of 23
23.16.01_Attachment A_Survey 5taking Standards.docx
Ob�iously the .cs� or .txt file cannot b� signed/sealed py a surveyor in the forrnat
requested. This is just an example and all this infnrmation should be noted when
deii�ered to the City so it is cleart� what coordinate system the data is in,
PQINT NO. NOR7FEING fASTiNG fL�V.
1 69d625i,189 2296079.165
2 6946260,$93 2296062.141
3 6946307�399 2Z96038.396
q G3A6�2tl.5S2 2246011.Oa5
5 69A6795,23 2296Qd5.I16
6 69A6i50�528 2296Di2.7Zi
7 64q6136.012 ��:95992115
S 6946002.267 ]295919.133
9 69a6003.OSS 2Z95933.418
i0 69459B4.6}7 2�85880.52
11 594598fi.473 2i8S869.832
1z &9A5895.077 2295860.962
13 6SA589fi.591 2295662.186
14 694593a.28fi 2295841,9�5
95 6945936.727 229583Q.44i
16 6945835.b78 2295799.707
17 69q8817.A8$ 2295827,011
18 59A5759.778 2295758:643
19 6�45768.563 2295778.424
20 b945743.3�8 2285i89,392
21 b9457i3.219 2295754.39d
�2 69ASfi82,21 22957A4.22
23 fi945fi21.9px 2295569.A71
24 6945643.407 2235735.03
�5 59A5571.OS9 zxss�ss.i�s
26 84A5539.448 2295667:803
27 G94;;;9.H34 2295619.49
26 6y45a���,879 Z29558Q.27
29 ti9A5a5G.557 zZ95643.1A5
30 +i845387.356 ZZ95597.101
31 69A5370.688 22955Q6.793
3i 69A5383.53 229S6fQ.5SJ
33 69A5321.22Q �295'551.AU5
34 fi9A5319.965 2295539,728
35 69A52p2.289 229557p.715
36 6945233,�2A 2295544.62G
37 G9452D6,A83 22955x$.3D5
38 6945142.D15 2285557.666
99 5945113.9q5 229552a.335
9(1 6945449.02 2295527345
41 69q5�41.02A 2295552.575
42 6995038.678 7395552.14�
93 694500fi.397 2295518,�35
49 6944944.782 2295520.G35
q5 69qA993.A32 2295556.A79
46 69448&O.A16 22955�4.397
I'� � � • . , � � � .
. � I � � , ,
, -..)
. � �1 i, I � '
I ' 1�.� � i � ��. l
' ' IlC .
� , , „i, : .
� •� '
i • :i , , �
. . , � l
�
f
r. � - - �.
1 '. '.� . !-- � +' .�
' � � ' � I
� � �' ..
i , � � . .
h I �
f - ' ,� v 3
. ' ' '�
-, ,
LlESCftIPTiOiV
F1f�,iiq }S..iH iciM
� 21,r,r.� Gv f�AM
�2S,S5 Gw IUM
i@9.?Si tiSMHItIM
7��_�xi r�VRiM
Jf2_l�i �=H
719_4�19 WM i11M
fii�.��G WMRIM
+1.3.GSL Cp RIM
r 11.662 SSMH RIi4A
710.046 WM RIM
707.72 WM RIM
708,205 W{VI RIM
7U9.q57 WM RIiVI
]�{1.Q84 CD RIM
707,774 SSMH RIM
70$.342 SSMH R��
7 L L.278 SSMH u!nA
7341l85 [:V IqIM
:�:^.tj] tSV RI(VI
7l3 e,n� �3V iilM
+14 �8o WM RI�1A
iz� i6 wM R�M
71.�.137 CQ RIM
727.514 SSMH RIM
779,)7a WMRIIM
7}�.[;$'r hMM RiM
7e+s.5l. I. WM IiIM
73E.#51 CO RINF
7�iQ.756 GV RIM
7A0.976 GV RIM
740,A08 FH
7A6.3A WM RIM
7AG.777 CO R[M
?48.ASA WM HiM
7A9.59 55MH RIM
751A5S WM HiM
750.E53 WM RIM
751.671 WM RIM
752.257 SSMH RIM
751.79 Wi1li RI1N
751.88 WM RIiVI
752.6f5 WM RIM
752.501 WM RIM
752.15G WM R1M
752.985 SSMH RIM r 7. 1`� ' ' .. r � ',
/ 1,.
4:�Specs-5tds Go�ernance process�Tempnrary Spec Files�Capital Qelivery�Cap belivery Di� OJ.�0171
Z3.16.Q1_ACtachment A_Survey 5taking 5tandards.doc�c
Page 24 of 24
C, Other preferred as-built deliverabte
Some �endors have indicated that it is easier to deliver this information in a c�ifferent
format. Belo+nr is an example spreadsheet that is afso acceptable and can be obtained by
request from the survey superintendent.
0:\5�ecs-Stds Governance Process\Ternpnrary 5pec Files�Capitai belivery�Cap Qelivery Div 01\Q171
23.16.D1_Attachment A_Survey 5taking Standards.docx
Page �5 of �5
�:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap D�livery di� 01�0171
23.16, 01_Attach m�n t A_5u rvey 5ta ki ng 5ta nda rds. d ocx
Page 26 of 26
01 74 23 - 1
CLEAATLi�TC�
Fage 1 af4
1
2
3 PART1- GENERAL
4 l.. ]. SiTMMARY
5
6
7
$
9
l0
11
1z
13
14 1.2
SECTION 01 '�4 23
CLEANING
A. 5ectian Includes:
1. Intermediate and final cleaning for Work not including spacial cIeaning of closed
systems specified elsewhere
B. Deviations frozx�. this City of Fort Worth Standard Specificatian
1. None.
C. Related Specifieation Sections include, but are noi n.ecessari�y limited ta:
1. Divisifln 0— Bidding Requirements, Contract Forms and Conditions of the Contrac#
2. Division 1— General Requirements
3. Section 32 92 J 3—Hydra-Mulchin�, Se�ding and Sodding
PRICE AND PAYMENT PROCEDIIRES
IS A. Measurement and Payment
] 6 1. Work associated wifi1� this Item is cansidered subsidiary ta the various Tterns bid.
l7 No saparate payment wi11 be allowed for th.is Item.
18 1.3 REFERENCES �1VOT U�ED]
19 1.4 ADiVIINISTRATIVE REQUIREMENTS
20
21
22
23
�4
25 1..5
A. 5cheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning pracess will not fall on newly painted suz�aces.
2. Schedule final cleaning upon compietion.of Work and immediate3y prior to final
inspeciion.
SUBIYIITTALS [NOT USED]
26`, 1..6 ACTION SUBMITTALS/�NFORNIATIONAL SUBMITTALS [NOT UBED]
27 ]..'� CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERiAL �iTBMITTALS �NOT T_1�SED]
29 ]..9 QUALITY ASSURANCE [NOT USED]
3a 1.10 STORAGE, AND HANDLxNG
31 A. Storage and Handling Requirements
32 1. �tore cleaning products and cleaning wastes in cantainers specifically designed for
33 ihQse maierials.
CITY OP PORT WORTH NORTHPO[NTE 24-INCH V4�ATER TRA.NSMISSION IvIAIN (N4-lA)
STANBARD CONS'I`RUCTIOl�' SPECIFICATION DOCUMBNTS Cily Project No. 1035D5
Revised 7uly 1, 2�11
�l 74 23 - 2
CLEANING
Fage 2 of 4
1 1.11 RIELD [SITE] CONDITIONS [NOT USED]
2 1.12 W�iRRANTY [NOT USED]
3 PART Z - PRODUCTS
4 2.1 OWNER-�'URN�SH�D [o�� OWNER-SUPPLIEDPRODiTCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compa.tible with surface being cleaned
8 2. New and uncontamina#ed
9 3, For manufactured surfaces
�0 a. Material recommended by manufacturer
11 2.3 ACCESSQRIES [NOT USED]
12 2.4 �OiTRCE QC7AL�TY CONTROL [NOT iTSED]
13 PART 3 - �XECIITION
14 3.1 INSTALLERS [NQT U��D]
15 �.�, EXAMINATION [NOT USED]
16 3.3 YREPARATION [NOT USED]
17 3.4 APPLICATI�N [NOT �CJ�SED]
18 3.5 R.EPAIR 1 RESTORATiON [NQT USED]
19 3.G RE-INSTALLATION [NOT USED]
20 3.7 FYELD [ox] SITE QIIALITY CONTROL �lYOT IISED]
21 3.8 SYSTEM STARTUP [N�T USED�
22 3.9 ADJUSTING [NOT USED] ,
23 3.10 CLEAN]NG
2� A. General
25 I. Prevent accumulaiion of wastes tk�at create hazardous conditions.
2b 2. Conduct cleanin.g and dispasaX operations to cam.ply wath laws and safeiy orders of
2'1 governing auYhorities.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29 storm pr sanitary dxains or sewers,
30 4. Dispose of degradable debris at an approved solid waste dispasal site.
31 S. Dispose of nor�degradable debris at an approved salid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH NORTHPOI3�TTB 24-iNCH WATER TRAN5I5�II35I�N M.4IN (N4-lA)
STANDARI3 COATSTRUCTION SPECIFICATIDN DpCUIv18NTS City Project No. ]03505
Aevised ruly 1, 2011
Dl 74 23 - 3
CLEA.i�I�f G
Page 3 of4
1 6. Handle materials in a controlled manner with as Few handlings as possible.
2 7. Thoroughly ciean, svveep, vvash at�d polish all Work and equipment assaeiated with
3 this prnject.
4 S. Remove all signs oftemporary eonstructifln and acti�+itzes incidental to construction
5 of required permanent Wark.
6 9. Lf praject zs not cIeaned to the satisfaction ofthe City, the Ciky reserves the right to
7 have the cleaning completed aY the expense of the Contz�actor,
8 i0. Do not burn on-site.
9
f {f
11
1z
13
1�
IS
I6
17
18
19
2U
21
22
23
24
25
26
2'�
28
29
30
31
32
33
3�F
B. Intermediate Cleaning during Constructiion
1. Keep Work areas clean so as not to lainder health, safety or convenience oi
personnel in existing facility operations.
2. At m�imurt� weekly intervals,•dispose ofwaste materials, debris and rubbish.
3. Confine canstructian dehris daily in strategically located container(s):
a. Cover ta prevent blowing by wlnd
b. Store debris away fram constructzan or operational act�vities
c. Haul from site at a minizz�um of once per week
4, Vacuutta clean interior areas when ready to receiv� fi�ish painting.
a. Continue vacuum cleaning an an as-needed basis, until Finai Accegtance.
5. Prior to storm events, thoroughly clean site of all loose ar unsecured items, whic�
may becotne airhorne ar transparted by flowing watez' during the storm.
C. Interiar FinaI Cleaning
1. Rernove grease, mastic, adhesives, dust, dirt, stains, �ngerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture r�£lectors, lenses, lamps ar�d trims clean.
3. Wash and shine glazing and mirrars. �
4. Pnlish glassy surfaees to a clear shine.
5. Ventilating systetns
a. Clean parmanent filters and replace disposable filters if units were op.erated
during construction.
b. Clean ducts, blawers and coils if units were ope:rated without filters during
constructian.
b. Replace all burned aut latnps.
7. Broozn clean process area �oars.
8. Mop off"�ce and control room floors.
35 D. Exterior (Sife or Right of Way) Final Cleaning
36 1. Remove trash and debris containers from site.
3'7 a. Re-seed areas disiurbed by location oftrash and debris containers in accordance
38 t�vith Seetion 32 92 13.
39 2, Sweep roadway tQ remave a11 rocKs, pieces of asphalt, concreie or any ather abjeet
4Q that no.ay hinder or disrupt the flow of traffic alrnng the roadway.
�1 3. Clean any interior areas including, but not linaited to, vaults, manl�oles, structures,
�2 junctian boxes and iniets.
CIT'Y OF F�RT WORTH NORTHPbINTE 24-INCH WATER TRAN3MTS5ION MAIN {N4-lA)
STANDARD CONSTRUCTIOI+f 9PECIFICATIQN DOCUMENTS City Project No. 103505
Revised Iuly 1, 201 k
�I 7423-4
CLEANING
Page 4 of 4
1 �. If na �onger required for maint�nance af erasian facilities, and upon appro�al by
2 City, rem.o�e erosion cantrol from site.
3 5. Clean signs, lights, signals, etc.
4 3.11 CLOSEOUT ACTxV�'I'I�S [NOT iTSED�
5 3.12 PR�TECTIQN [NOT U�ED]
6 3.T3 MAIl�TTENANCE [NOT USED]
7 3.14 ATTACI3MENTS [NOT USED]
8
E`7
END OF SECTX�N
Re�ision L,ag
DATE NAME SUMMARY OP CIIANGE
10
CITY OF FORT WORTH NORTHPOINTE 24-1NCH WATER TRANSMISSCON MAIN {N4-lA}
STANDARD CO�TSTiZUC7TON SPECLFICATIOIv DOCUMEiVTS City Project Na. 3Q3505
RevisedJuly 1, 2011
01 77 19 - 1
CLOSBOiJT REQUTAEMEN'I'8
Page 1 of3
1
2
3 PART 1- GENERAI�
4 l..l �UMMARY
5
6
7
8
9
lU
11
�� a�.x
SECTION 017719
CL�S�OUT REQUIItEMENTS
A. Section Includes:
l. Tke procedure for closing out a con4�t'act
B. Deviation.s fram this City of Forf Wor�h Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
I. Dzvision 0— Bidding Requirements, Contract Fornas and Conditions of the Contract
2. Division 1— General Raquirements
PRICE AND PAYMENT PROCEDTJRES
13 A. Measurennent and �ayment
14 1. Work associated with this Item is cnnsidered subsid�ary to the various Itezns bid.
1 S No separate payrnenf wi31 be allowed for tlus Itern.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADNIINISTRATIVE REQUIRENI�NTS
18
19
20
21
22
23
24
25 1.5
26
A. Guarantees, Bonds and Affidat+its
I. No applicatian for iinal payznent wili be accepted until a11 guarantees, bon.ds,
certificates, licenses and aif'idavits required for Work or equipment as specified are
satisfactarily filed with the City.
B. Reiease o�Liens ar Claims
1. No application for final payment will be accepted until satisfactory evidence of
ralease of liens has been submitted to ti�e City.
SUBNIITTALS
A. Submit all required documentation to City's Project Representative.
CITY �F F�RT WORTH N�RTHPOWTE 24-1NCH VVATER TRAN5M758ION MA1N (N4-IA)
STANDARD CONSTRi7CTIAN SPECIFTCA`TIQNDOCU3vISNTS City ProjectNa. 1035U5
l�evised March 22, 2021
017719-2
CLOSEQUT REQUIREMHNTS
Page2 of3
1 1.6 INFQItMATIONAL SiTBNIITTALS [NOT USED]
2 1.7 CLOSEQUT SUBMITTAL� [�TOT USED]
3 PART Z- PRODUCTS [NOT U�EDj
4 PART 3 - EX�CUTION
5 3.7. INSTALLERS [NOT USED]
6 3.� EXAMINATZ�N �NOT USED]
7
8
3.3 PREPARATION [1�TOT USED]
3.4 CLOSEOUT PROCEDURE
9 A. Prior to renuesting Final Inspection., submit:
10 1,. Projec# Record Dt�cuments in accordance with Section O1 78 39
1i 2. Op.eration and IVlaintenance Data, ifrequired, in accordance with Section OI 78 23
I2 B. Prior ta requesting Final Inspection, parform final clean�ng in accordance with Saction
13 b 1 '74 23.
14
15
16
17
18
19
zo
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
38
C, Finallnspection
1. After final cleaziing, prov�de notice to fhe City Project Representative that the Worl�
is completed.
a. The City vwill maKe an initial Final Inspection with fhe Contractor present.
b. Upon completion of this inspection, the City will notify the Gontractor, in
writing wit�in 10 business days, af any particulars in which this inspection
reveals that the Work is defective or incomplete.
2.. Upon receiving v�ritten notice from the City, im�t�,edtately undertake the Woz'lc
required to remedy deficiencies and complete the Wor]� to the satisfactian af the
City.
3. The Right-of way shalI be cleared o� all construetion materials, barricades, and
temporary signage.
4. Upon completion of Work associated with the items listed in the City`s writ�en
notice, inforaa� the City, that the requiz'ed V�ork has been catra�pleted. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspectian a�the project. �
S. Provide all special ac�essories req�zired to place each item of equipmen# iz� fulI
operation. These speczal accessory items inGl.ude, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. InitiaJ fill up of aIl chemical tanks and fuel tanlcs
d. Light btiIbs
e. Fuses
f. Vau1t keys
g. Handwheels
C1TY OT FpRT VYQRTH NORTHPq.INTE 24-II�CI� 4VATER TRANSMESSIOIV ItRAIiV (W4-1 A)
STANDARD CONSTRUCTI�N 5PECIF�CATIQN DOCLTMENTS City Prajeot FYo. ] 03505
Revised Mazch 22, 2�21
01 77 19 - 3
CLDSEOIJT REQUIKEIvIENTS
Page 3 of 3
1
2
3
4
5
6
7
S
9
10
lI
12
13
14
IS
16
17
18
19
aa
21
22
23
24
25
26
27
2$
29
34
31
h. Other expendable items as required for initial start-up and operation of all.
equipment
D. Notice of Project Completion
1. Oncc the City Project Representative fmds the Work subsequent to Final Inspection
to be satisfactory, the City will iss�e a Notice of Project CompletiQn (Green Sheet).
E. Support�ng Dacumeniation.
1. Coordinate with the City Project Repr�sentative to eomplete the following
additional forms:
a. �'inal Payment Reyuest
b. Statement of Contract Time
c. Af�davit of Payment and Release of Liens
d. Cansent oFSurety to Final Paynnent �
e. Pipe Report (if required)
f Contractor's Evaluation of City
g. Performanca Evaluaiion of Contractor
F. Letier of Final Aeceptance
1. Upon review and aceeptance of Notice of Project Campletion and Supporting
Documentation, in accordance with General Conditzans, City. wiil issue Le#ter oi
Final Acceptance and release tke Final Payment Request for payment.
3,5 REPAIR / RESTORATION [NOT USEDI
3.G RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SxTE QUALITY CONTROL [NOT iJSED]
3.8 SYSTEM �TARTUP [NOT XTSED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOLTT�ACTIVITIES [N4T USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT [7SEDj
3.14 ATTACHMENTS jNOT USED�
END OF �ECTION
C1TY OF FQRT WOIiTH NpRTHPOINTS 24-INCH WATE17 TRANSiviISSIbN MAIN {1�i�1-lA)
STANDARD CONSTK[]CTIOIV SPECIF`ICATION DOCU1VlENTS C'ity Project Nu. lU3SD5
Revised Nfareh 22, 2021
Q17823-1
QPERATIOi�f AND MAI3VTB1�iANCE DATA
Page 1 of 5
1 SECTION U178 23
Z OPERATION AND MAFNTENANCE DATA
3 PART 1 - GENERAL
4 1.1 Si)MMARY
5 A. Section Includes:
6 1. Praduct data and related infarmation appropriate for C.ity's maintenance and
7 aperation of products fumished u�ader Contract
S 2. 5uch products znay include, but are not limiied to:
9 � a. Traffic Controllers
10 b. Irrigatio�n Controllers (to be operated by the City}
11 c. Butterfly Valves
12 B. Deviations frorri this City oi�'ort Worth Standard Specification
13 1. None.
14 C. Related 5pecification 5ection� include, but are nat necessarily limit�d to:
15 1. Division 0— Bidding Requzrements, Contract Forms and Conditians of the Contract
16 2. Divisiou 1— General Requirements
17 1.Z PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work as.saciated with this Item is considet�d subsidiary to the �ariaus Iterns bid.
20 No separate payment will be allowed for this Item.
21 1.3 RE�'ERENCES [NOT U�ED]
22 I.4 ADNIINISTRATNE REQUIREMENTS
23 A. Sehedule
24 1. Subffiit rnanuals in final foz`m to the City within 30 calendar days of product
25 shipment to the proj ect site.
26 I.5 S[TSMITTALS
27 A. Subznittals shall be in accordance witk� Section O1 33 00 . All submittals shall be
28 approved by the City prior to detivery.
29 1.6 INFORMATIONAL SUBMITTALS
3Q A. Submittal Form
31 1. Prepare data in form of an instructiona� manual for use by City persannel.
32 2. Fortnat
33 a. Size: 8'/z inches x 11 inches
34 b. Paper
35 i) �4 paund minimum, white, for typ�d pages
3� 2} Holes reinforced with plastic, clot� ar metal
37 c. Texi: Manufacturer's printed data, or neatly typewf•itten
C1TT' OF FdRT WOTtTH NORTNPOINTE 24-INCH WATER TRAN3MISSION MAIPT (N4-1 A)
STANDAIZU CONfSTRi7CTTON SPECiFICA�I�N DOCUMENTS Ciry Project Na. 1U3505
Revised Decemher 20, 20 f 2
o� �s a3 -2
�PERATIOI� ARTD MAINTENANCE DATA
Pagc 2 of S
9
10
I1
rz
13
14
15
d. Drawings
1) Pravide reinfo.rced punched binder tab, bind in with texC
2) Reduce larg�r drawings and fold to size of text pages.
e. Pz'ovide fly-leaf for each saparate product, or each piece of operating
equipment.
1} Provide typed description of praduct, attd major component parts of
equipment.
2) Provide indexed tabs.
f. Co�er
1) Identi�Fy each volume with typed or printed title "4PERATING AND
MAINTENANCE INSTRUCTIONS".
a} List:
a) Title qf �'roject
b) Ident�ty of sepat'ate structure as applicable
c) Identity of general su6ject mat#er covered in the manual
16 3. Binders
17 a. Commercial qua2ity 3-z•it�g Uinders with durabla and cleanable plastic co�ers
1g b. Whe:n multiple binders ar� used, carrelate t.kze data into related c.onsistent
19 groupings.
20 4. If available, pxovide an electronie form of ttie O&M Manual.
21
22
2�
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
3�3
40
41
42
43
44
45
46
47
48
B. Manual Content
1. Neatly tygevvritten ta61a of contents for each volume, arranged in syst�matic order
a, Contractor, name af z'esponsible principal, address and telephone :number
b. A list of each product raquired to be included, indexed to content of the volume
c. List, with each product:
1) Th� name, address and telaphone number of the subcontractor ar installer
2) A lzst �f each product xequired to be included, indexed to eontent af the
valu�ne
3) Identify area of responsibility of each
4) Local source of supply for parts and replacemant
d. Identify each product by product nanrie and other identzfying symbols as set
%rth in Contract Documenis.
2. Product Data
a. Include only those sheets which�are pertinent to the spec�fic product.
b. Annatate each sheet to:
1) Cle�rly identify specific product or part instaI�ed
2) Clearly identify data applicable to instal�a#ion
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary ta clearly illustrate:
1} Relations a� component parts of equipment and systems
2) Control and flovv diagrams
b. Coordinate drawings with. in%rmation in Projact Record Documents fo assure
correct illustration of completed installatian.
c, Do not use Project Recard Drawings as maintenance drawir�gs.
4. Written text, as required ta supplement produet data for the particular instal�atian:
a. Organize in consistent fonnat und�r separate headings far different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY pP FORT WORTH NOli1"TiPOINTE 24-INCH WATB12 TRANSMISSIQIV MAIN (I14-1 A)
STANDARD �ONSTRUCTIOI`' SPECIFICATIqN DpCUMENTS Cily Project No. [ 03505
Revised pecember 2p,.2012
01 7823-3
OP�KATION AND NTAINTENANCE DATA
Page 3 af 5
1 5. Copy of each warranty, band and service contract issued
2 a. Provide information she�t for City personnel givin�:
3 T) Qroper procedures in svent af faiiure
4 2) Insiances vrhich might affect validity of warranties or bonds
5 C. M�nual for Materials and Finishes
6 I. Submit 5 copies of eQmplete manual in iinal fortn.
7 2. Cantent, f�r architectural products, applied materials and itn.ishes:
g a. Manufacturer's data, giving full 'ulformation on products
g lj Catalag number, size, composition
1p 2) Colar an.d te�ure designations
11 3) Information required far reardering special manufactured products
12 b. Instructians for care and rnaintenance
13 1) Manufacturer's recommendatian for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrsznen#al to
I5 product
Ib 3) Recornmended schedule for cleaning and maintenance
17
18
19
20
ZI
22
23
24
25
26
27
28
29
30
31
32
33
34
35
35
37
38
39
40
4I
42
43
44
4S
46
47
48
3. Content, far znoisture protection and weather exposure products:
a. Manufacturer's data, gi�vzng fi�ll information on praducts
1) Applieab�e standards
2} Chemica� composition
3) Details af installation
b_ Insiructions for inspection, maintenance and repair
D. Manual for Equipment and Sys�iems
1, Submit 5 eopies of complete manual in final fn:ntz.
2. Content, fbr each unit of ee{uipmenY and system, as appxapriate:
a. Description o�unit and compo�ent parts
1) Functian, nortnal operaiing chatacteristics and limiting conditions
2) Pe:rformance curves, engineering dat� and tests
3) Cottaplete nomenclat�ire and commercial nunrzber of replaceab�e parts
b. Operating proceduz'es
1} Start-up, break-zn, routine and normal operating instructians
2) Regulation, eontrol, stopping, shut�down azad emergency instructions
3) Suznmer and winter operating instructions
�) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "irnuble shooting"
3) Disassembly, rapair and reassernbly
�} Alignment, adjusting and ch�cking
d. Servicing and 3ubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and �naintenance insiruatioras
f. Description of sequence of operation by cont�'ol manufacturer
1} Predicted life ofparts subjectto wear
2) Items recommended to be stocked as spare parts
g. As instailed conh'ol diagram.s by controls manufacturer
h. Each contractor's eoordination drawings
1) As insta�led color coded piping diagratns
CITY f]F FOKT WORTI-I N�RTkIPQINi-E 24 INCki WATER TIZANSNiTSSION MAIN (N4-lA)
STANDA:RA COIVSTRUCTION SPECTFICATIO�f DQCUNFENTS CiEy Projeat No. 1 D3505
Ravised December 20, 2012
D17823-4
OPB1iATION A?Vi7 MAINTENANCE DATA
Page 4 of 5
1
2
3
�
S
6
7
8
9
IO
11
12
13
14
15
16
17
I8
I9
20
2I
zz
23
24
25
26
27
28
29
i. Charts of valve tag nutnbers, with location and funct[on of each valva
j. List of original manufacturer's spare parts, manufacturer's current prices, and
reeomrr�ended quantities to be maintained in storage
k. dther data as required under pertinent Sections of Speciiications
3. Content, for each electrzc and electronic system, as apprapriate:
a. Description of system an,d companent parts
1) Funetion, norma2 operating charac#eristics, and Iimitirzg conditions
2) Perfornaatice curves, engineering data and tests
3} Complete nomenclature and commercial number of repIaceable parts
b. C.ircuit directaries of paneIboards
1) EIectrieal service
2) Controls
3) Com�munications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) 5equences requi�•ed
3} Special aperating instructions
e. Maintenanee proced�tres
1) Ao�ztine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassennbly
4) Adj�strt�ent and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of origi�al manufactuz'er's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. 4ther data as required under pertinent Sections of Specifieations
4. Prepare and include additianal data wh�n the need %r such data becomes apparent
duri.ng instraction of Czty's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USEDj
� 1 1.8 MAINTENANCE MATERIAL SUBMTTTAL� �NOT USEDj
3� 1.9 QUALITY ASSURANCE •
33 A. Provide operation and maintenan,ce data by personrtel with the following criteria:
34 1 � Trained and experienced in mar:ntenance and qpat�ation of desc�ribed products
35 2. Ski�led as technical writar ta the extent required to communicate essential data
36 3. Skillsd as draftsman competent to prepare required drawings
CITY QF FORT WpRTH NORTT-TPbINTE 24-INCT� WATER TRANSMISSI011� MA].IV (114-]A)
STANDARD CONSTRUGTION SPECIFICAT[ON DOCUMENTS City Pro,�ect No. 103505
Rev.ised I}acembar 20, 2Q12
01 78 23 - 5
OPERATI03V AND MAIN'1'�NANCE DATA
Page S of 5
1 1.1d DELIVERY, STORAGE, AND HANDLING jNOT IISED]
2 1.11 FIELll [SITE] CONDITIONS [NOT IISED]
3 L�2 WARRANTY [NOT USED]
4 �ART 2 - PRODUCTS [NOT iTSED]
5 PART 3- EXECUTX4N [NOT USED]
6
7
8
END �F SECTZ�N
Revision Log
DATE NAIVIE SLIMMARY 4F CHANGE
'8/31/2012 � D. 7ohnson � I.S..A..I —title af section removed
C1TY pF FORT WORTH NORTHPOINTE 24-INCH W:4TSR TRA.N5M1551ON MA1N (N4-lA)
3TANDELRD CONSTRUCTION SPECIFICATION DOCUNfENTS Cit� Project Na. 103505
Revised December 2U, 2012
Ok 7839-1
PR07ECT RECdRD DDCUII�ENTS
Page 1 nf 4
1
2
3 PART1- GENERAL
4
5
6
7
S
9
10
11
12
13
14
15
16
17
I.1 SUMMARY
SECTION O1 '�8 39
PROJECT RECORD DOCUIVIENTS
A. 5ectian Includes:
1. Work associated with the documenting the project and recording changes to project
dacuments, including:
a. Record Drawings
b. Water Meter Seiwice Reports
c. Sanitaty Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Speciiication
1. None.
C. Related 5pecification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract
2. Division 1-- General Requireme�ts
1.2 PRICE AND PAYMENT PROCEDURES
18 A. M$asurement and Faymeni
19 1. Wprk associated with this Ttem is considered subsidiary ta the various Items �id.
20 No separate payment will be allowed for this Ttern.
21 1.3 REFERENCES [NOT USED]
22
23
I.4 ADMINI�TRATIVE KI�:QUIliEMENTS [NOT IISED]
1.5 SL]BMITTALS
24 � A. Priar to submitting a request for Final Inspection, deliver Project Record Doeurnents ta
�5 Ciiy's Projeci Representative.
26 1.6 ACTION SUBMiTTALSIINFORMATIONAL SUSMITTALS [NOT USED]
27
28
29
3Q
31
32
33
34
35
3�
1.7 CLOSEOUT SUBMITTALS [NOT iTSED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�EDj
1.9 QIIALITY ASSiJRANCE
A. Accuracy af Records
1. Thnroughly coordinate changes within the Recard Documents, making adequate
and proper entries on eaeh page of Specifications and each sheet of Drawings and
other pocuments �here such entry is rec�uired to show the �hange properly.
2. Accuracy of records shall be such that future search for items show�n in the Contract
Documents may rely reasonably on information oi�tained from the approved Project
Record Dacuments.
CT I"Y O� FORT WOTiTH NORTHPdINTE 24-INCH WATER TRAN5MI55ION NI.AIN (N4-1 A)
STANDARD CONSTRUCTibitT SPECIFICATION T]QCUMENTS Ciry Project No. 1035Q5
Revised 7uly 1, 2011
D17839-2
PROlECT RECORD DOCUMENTS
Fage 2 of 4
1 3. To facilitate accuracy of records, make entries within 24 ho�rs after receipt of
2 information that the oha�ge has oocurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future madification of the Work ta proceed without lengthy and
5 expansive site measurement, investigation and e�amination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
S 1. Maintain the job set of Record Dacunnents com.pletely protected �rom deferioratian
� and frann loss and daznage until comple#ion of the Work and transfer of aIl racorded
10 data to the final Projeci Record Documents.
11 2. In #he event of loss of recorded data, use mea.ns necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 i.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PRODIICTS
18 2.1 OWNER�FURNISHED [ox] OR'NER-S[TPPLIED PROD[TCTS [NOT USED]
19 2.2 RECORD D�CUMENTS
2a A. Job set
21 1, Promptly foIlowing receipt af the Notice to Proceed, secure from the City, at no
22 cha.rge to the Contractor, 1 complete set of a11 Documents comprising the Contract.
23 B. Final Record Documents
24 1. � At a time nearing the completion of the Worl� and prior ta Final Inspection, provide
25 the City 1 complete set of all Final Record Dravwings in the Contraet.
26 2.3 ACCESSORIES [NOT LTSED]
27 2.�4 SOURCE QUALITY CONTROL �1VOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATXON [N4T USED]
31 3.3 PREPARATION [NOT U�ED]
32 3.4 MA1N"�ENANC� DOCUMENTS
33 A. Maintenance of.rob Set
34 1. Immediat�ly upon receipt of t}�e j ob set, identify each of the Documents with the
35 title, "RECORD DOCj.TMEI�TTS - JOB 5ET".
CITY QF FORT WQRTH NORTHPQINTE 24-INCH WATER TRAN5MISSION MAIN (N4-lA}
STANI3ARD CQNSTitUCTION �PECIFICATION DOCUMENTS City Project No. l Q3505
Ke�ised July 1, 20l l
a17839-3
P1ZO.lECT RECORD DOCUAQENrS
Page 3 of 4
1 2. �'resarvation
2 a. Considering the Contract completian time, the probable number of oecasians
3 upon wh.ich the job set must be taken out fbr new entries an.d for axamination,
4 and the conditions undar whiah these aciivities rvill be per%rmed, devis� a
5 suitable method for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new dafa and far review
7 by the City, uzati] start af transfer of data to final Praject Record Docutx�ents.
8 c. Maintain the job set at the site of work.
9 3. Coardination with Consiruction 5urvey
10 a. At a t�ninimum, in accordance with the intervals set fbrth in Section O 1 71 23,
11 clearly znark atry deviations from Contract Documents associated with
12 ltlstallatian oithe infrastrUcture.
13 4. Making entries on Drav�ings �
14 a. Record any deviations from Contraci Documents.
15 �. Use an erasable colored pencil (not ink or indel'zble pencil), clearly describe the
Ib changa by graphic line and note as required.
l7 c. Date all entries.
18 d. Call attention ta the entry by a"claud" drawn around the area or areas affected.
19 e. In the event of overlapping changes, use ciifferent colors for the averlapping
20 charxges.
21 S. Conversion of schematic layouts
22 a, In some cases an the Drawings, arrangennents af conduits, circuits, piping,
23 r�ucts, and similar items, are show� schematically and are not intended to
24 portray precise physical layout.
25 1) Final physical arrangement is deYermined by the Contractor, subject to the
26 City's appraval.
27 2) However, design of iuture nnodifications of the facility may require
28 accuraie infortnation as to the final physical layout of items which are
29 shown only schematically on the Dz�awings.
30 b. 5haw on the job set of Record Drawings, by dimension accurate to within ]
31 inch, the centerline af each run of items.
32 1) Finai physical arrangement is determined by the Contractor, subject to the
33 City's appro�al.
34 , 2.) Show, by symbol or note, the vertical location ofthe Item ("under slab", "in
35 ceiling plenum", "exposad", and the like).
3b 3) Make al1 identiiieation suffiGiently descriptive t1�at it may be related
37 reliably to the Specificatiar�s.
38 c. The Ci�ty may waive the requirements for eflnversion ofschematic layouts
�39 where, in the City's judgment, cox�version serves no usefial purpose. However,
4D do not rely upon waivers being issued except as specifiaally issued in wri#zng
A-1 by the City.
42 B. �'inal Project Record Documents
43 1. Transfer of daia to Drawi�tgs
44 a. Carefully transfer chat�ge data shown on the job set of Record Drawings to the
45 correspondin.g final documer�ts, coordinating the chang�s as required.
45 b. Clearly indicate at each affected detail and other Drawing a fitll description of
47 changes made duz'ing constzuction, and ihe actual locatior� of it�zns.
CITY 4F FORT WOitTH NORTAPOTNT� 24-INCIi WATBR TRANSNiISSLON MA[M (N4-1 A)
STANDARD GONSTRUCTION SPECIFTCATION DOCUNIENTS City Praject No. 103505
Revised July 1, 2011
Ql 78 39 - 4
PROTECT RECORD DOCUMENTS
Page 4 of4
1 c. Call attention to each entiy by �rawing a"cloud" araund th� area or areas
2 affected.
3 d. Mal�e changes neat�y, consistantZy and with the proper media to assure
4 longevity and clear reproductian,
S 2. Transfer of data to other pocuments
6 a. If the Documents, other than Drawings, have been kept cican duz'ing progress of
7 ti�e Work, and if �ntries thereon have been orderly to the approval of the C.ity,
8 thejab set ofthose Documents, other than Drawings, will be accepted as final
9 Record Documents.
10 b. If any such Document is not so approved by the City, secure a new copy of that
I1 Document from the City at the City's usual chaxga for repraduction and
12 hand]ing, and carefully transfer the change data to the new copy to the approval
13 of the City. '
I4 3.� REPA�R.1 RESTORATION [NOT USED]
15 3.6 RE�INSTALLATION [NOT USED]
16 3.'� FIELD [oaJ SITE QUALITY CONTROL [NOT USED]
17 3.8 SYSTEM STARTUP [NOT i7SEDj
1 S 3.9 ADJi7STING �N�T i7SED]
19 3.10 CLEANING [NOT T7S�D]
20 3.iX CLOSEOUT ACTNITZES [NOT USED]
21 3.I2 PROTECTION [NOT USED�
22 3.I3 MAINTENANCE [NOT US�D]
23 3.14 ATTACHMENTS [NOT USED]
24
25
END OF SECTION
Aevision Log
DATE Nf1ME SUIVIMAiZY OF CHANGE
26
CiTi' OF POR7` WORTH N012THPOINTE 24-IIVCH V�IA"f�R TRANSNiISSiON MAIN {N4-lA)
STANDARi} CONSTRUCTION SPECIFICATIQN DOCUMENTS City Projzct No. 103505
Revised July 1, 20l 1
321313-1
COIdCI�ETE PAVLNG
Page l of �3
2
3 PART1- GENERAL
sECTzorr �z �3 ��
CONCRETE PAVING
4 �.1 SUMMARY
S A. Section includes:
6 1. Finish.ed paveznent constructed of portland cement concrete including
7 manolithically paured curb on the prepared subgrade or other base caurse.
8 B. Deviatians from this City of �ort Worth Staladard Specification
9 1. None.
IO C. Related Specification 5ections include, b.ut are not necessarily limited to:
I 1 i. Division 4- Bidding Requirernents, Contraet F'nrms, and Conditions of the Contract
I2 2. Division 1- General Rec�uire�aaents
I3 3. Section 32 01 29 - CQncrete Paving Repair
14 4. Section 32 13 73 - Conc�ete PaVivag .Toint Sealants
15 �.Z PR,�CE AND PAYIYIENT PROCEDUIiES
16 A. Measurement
l7 1. Measurement
18 a. Measurement for this Itezn shall ba by the square yard af completed and
19 accepted Cozzcrate Pavement in its ftnal positinn as rneasured frorn back of curb
20 fnr �ariaus:
21 1} Classes
22 2} Thicknesses
23 2. Payment
24 a. The work performed and materials furnish,ed rn accordance with this Item vvill
25 � be paid for at the unit price bid per square yard of Canerete Pavement.
26 3. The price bid shall i.nclude:
27 a. 5haping and �ne grading the placement area
28 b. Furnishing and applying a.�l water required
29 c. Furnishing,loading and unloading, storing, hauling and handling all cancrete
30 ingredients including all freight ar�d royalty inv�oIved
3I d. Mixing, placing, finishing and curing all concrete
�2 e, Furnishing and installing all reinforcing stee�
33 f. F�zrnishing all materials and placing longitudinal, warping, expansion, and
34 contraction joi.nts, including aIl steel dowels, dowel caps and load iransmissian
35 uniis required, wire and deviees for placing, holding and supportir►g the stael
3G bar, load transmissian units, and joint filler material in the praper position; for
37 coating steel bars where required by the Drawings
38 g. Sealing jaints
39 h. IVlc�nolithically poured curh
4a i. cleanup
CITY dF FORT WpRTH 1�'ORTHPOI]V'I'E 24-INCFI WATER TRAN5MI55I01�' MAII�t (N�}-lA)
STAi�'DARD CONS'Z'RUCTTON SPECIFICATION AQCUM�NTS CIT'SC PRdJECT No. l Q3505
ltevised March 19, 2021
32 I3 13 -2
CO1VC1t�TE PAVING
Page 2 ai23
�.3 REFERENC�S
2
3
�
5
6
7
8
9
za
11
12
13
14
15
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. Referenee Standards
1. Reference standards cited in this speci%eation refer to the cun'ent reference standard
published at the titne of the latest revision date logged at the end of this
specification, unless a dat� is specifically eited,
2. ASTM Intezx�ational (AS"�M):
a. A615/A615M, Deformed and Plain Billet-5tee1 Bars for Cancrete
Reinforcement
b, C31, Standard Practice far Making and Curing Concrete Test Specimens in the
Field
c, C33, Concrete Agg�'egates
�d. C39, Standard Test Method for Comptessive Strength of Gyliz�drical Concrete
5pecimens
e. C42, Standatd Test Method for Obta[ning and '�'esting Drilled Cores and Sawed
Beams of Concrete
f. C94/C94M, Standard Specifications for Ready-Mixed Concrete
g. C15fl, Portlan.d Cement
h. e I s6, Watez' Ratentian by Concrete Curing Materials
i. C1'72, 5tandard Practice for Sampling Freshly Mixed Concrete
j. C260, Air Entrai.ning Admixtures for Concrete
k. C309, Liq�id Mambrane-Forming Compounds for Curing Concrete, Type 2
1. C444, Chemical Adrnixtur�s foz• Conct•ete, Types "A", "D", "F" and "G"
m. C61 S, Caa1 Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral
Admiature in Concrete
n. C881, Standard Specifica#ion for Epoxy-Resin-Base Bonding SyStems for
Goncrete
o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic�
Cement Concrete
p. C 1602, Standard Speciftcation. for Mixing �later Used in the Prnduction of
Hydraulic Cement Concrete.
q. D69$, Laboraiory Compaction Characteristics of Soil Using Standa�'d E�£ort
(12,400 ft-Ibflft3)
3. Am.ericarz Concrete Institute (ACI}:
a. ACI 305.1-46 Specification for Hat Weather C�ncreting
b. ACI 3�6.1-90, Standard Specification for Cojd Weather Concreting
c. ACI 318
37 1.4 ADMXN�STRATIVE REQLTIREMENTS jNOT USED]
38 1,5 SUBIVIITTALS �NOT TJSED]
34 1.G ACTZON SUBMITTALS/INFDRMATIQNAL SUBMiTTALS
40 A, Mix D�sign: submit for approvaI. 5ee Item 2.4.A.
CI1`Y OF FURT PV�RTf,[ NORTHPC?INT� 24-TI1CH WATER TRANSM[SSIOlv MAIIV (N4-1 A)
STANDARD CONSTRUCITON SPECIFLCATION DOCUNIENTS CITY P1Z07ECT No. 1D3505
Revised 1vlamh 19, 2021
32 I3 !3 -3
CO3dCRETE PAVING
Page 3 of 23
1 1.7 CLOSEOUT SUBNIITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QLTALITY ASSiTRANCE [NOT USED]
4 1.10 DELIVERY, STORA.GE, AND HA.NDLTN'G [NOT USED]
5 1.11 FIELD CONDITIONS
6
7
8
9
10
11
12
13
14
15
16
I7
I8
19
20
21
22
23
24
25
26
27
28
A. Weather Conditions
1. Place conerete when concrete te�ttzperatute is between 4D°F and 95°F when
measured in aceordance with ASTM G1064 at point of placernent.
2. Hot Weather Concreting
a. Concrete paving operations shall be approved by the City proj ect manager or
designee when the cancrete temperature exceeds 95°F,
b. Concrete shalI noY be p3aced wl�en concrete tempera#ure is above 100°F under
any circurnstances.
3. Co1d Weather Cnncreting
a. No concrete sha11 be placed when aziabient temp in shade and away fram
artificial heat is below 40°�' and falling. Concrete may �e placed when ambient
tamp is abo�ve 35°F and rising. Unless the Ci#y project xnanager or desig�ee
approves paving to continue, s�spend concreting operations if a descending air
temperature in th� shade and away from artificial heat falls below 40°F. Do not
z'esutne cancreting aperations until an ascending air temperature in the shade
and away fx'�zxA artificial heat reaches 35°F and rising. Contractor shou�d taka
aII the precautions necessary ta prevent freazing of conerete. Frozen concrete
�tnust be removed and replaced.
4. It is ta be disiinctly understood that the cantractor is responsible %r the quality and
strength of the concrete placed under any weather condifiions.
B. Time: PIace concrete after sunrise and. no later than shall permit the �inishing oithe
pavement in natura� light, ar as directed by the City.
1.12 WARRANTY �NUT USED]
29 PART 2 - PRODUCTS
30
31
32
33
34
3S
36
37
38
2.1 �WN�R-FURNISHED PRODUCT� [NOT USED]
2.2 MATERIAI,S
A. Cementitious Material: AS'T`M C150.
B. Aggregates: ASTM C33.
C. Water: ASTM C 1602.
D. Admixtures: When admixtures are used, conform to the a�propriate speci�cation:
1. Air-Entraining Admi�ires for Co.ncrefie: ASTIVI C260.
2. ChemicaI Ada�ixtures for Concrete.: ASTM �494, Types "A", "D", "F" and "G,"
3. Fly Ash
CITY OP FORT WORTT� NUx'CHPC?INTE 2A-IIVCii WATER'PRANSMISSTON MA1N (I14-lA)
STA�TDA1tD CDNSTRUCTIQN SPECIFICATTOlY DOCCIMENTS CITX PROTECT No. 1 U3505
Iievised March 19, 2021
3213 i3-�}
CQNCRET$ PAVING
Page 4 of 23
1 a, Coal Fly Ash and Ravv ar Calcined Natural Pozzolan for iTse in Concrete:
2 AS'T'M C618.
3 b. Fly ash m.ay ba substituted at one pound pet pound of cement up to 25% of the
4 speci�ad cement content when such batch design is approvec! by the Engineer.
5 E. Steel Reinforcement: ASTM AG15.
5 F. Steel Wire Reinfarceinent: Not used far cancrete pavement.
7 G. Dowels and Tie Bars
S 1. Dowel and tie bars: ASTM A615.
9 2. Dowel Caps
1Q a. Provide dowel caps with enaugh range of movement to allow complete closure
11 ofthe expansion joint.
12 b. Caps for dowel bars shall be of the length shown an the Drawings and shall
13 have atz in.�ez7r�.al diameter sufficient to permit the cap to freely slip over #he bar.
14 c, In no case shall the internal diameter exceed the bar diameter by more 1/8 inch,
15 and one end of the cap shall be rightly closed.
16 3. Epoxy for Dawel and Tie Bars: ASTM C881,
17 a, See following table for approved producers of epaxies and adheszves
18
Pr�Qualifieci Producers of Epaxies and Adhesives
Product Namc Proc[ucer
Concresive 1420 BASF
HTB-5Q Hilti
T 308 + Powers Fasteners
P E I DOQ+ Povvers Fastenars
C-6 Rarnset-Redhead
Epaon G-5 Ramset-Redhead
Pro-Poxy-300 Fast Tube Unitex
Shep-Po�cy TxIII � CMC Construction Services
Ultrabond 1300 Tubes Adhesi�es Technology
Ultrabona 2300 N.S. A-22-230D Adhesiv�s Technology
Slow Set
Dynapoxy E�-43d Pecora Corp.
EDOT Simpson Strong Tie
ET22 Sin�apson Strong Tie
SE'�' 22 Simpson Strong Tie
SpecPoxy 3000�5 SpecCham
1�
20 b. Epoxy Use, S#orage and Handling
21 1) Package camponents in airtight cantainers and protect from light and
22 moisture.
CITY OF FORT WQRTI� NORTHPOINTE 24-INCH WATER TRANSMISSION t�A1N (N4-lA)
5TAIVDARD CONSTRUCTTON 5PECIFTCATIOfY DOCUMENT5 CITY PR07ECT No. 103505
Revised Marah 19, 2021
321313-5
CONCRETE PAVING
Page 5 of23
1 2) Include detailed instructions for the application of the material and all
2 safety infarmation and warnings regarding contact wrth the camponents.
3 3} Epoxy label requirements
4 a} Resin or hardener components
5 b) Brand name
B c) Name of manufacturer
7 d) Lot or batch number
8 e) Temperatare range far storage
9 fl Date of manufacture
10 g) Expiration date
11 h) Quantity contained
12 4) Store epoxy and adhesive components at temperatures recommended by the
13 manufacturer.
i4 5) Do not use damaged or previously opened containers and any material that
15 s�iows euidence of crystallization, lumps sldnning, extreme thicl�ening, or
16 settling of pigments that cannot be readily dispersed with normal agitation.
17 6) Follow saund environmental practices when disposing ofepoxy and
18 adhesive wastes.
19 7) Dispose af all empty containers separately.
20 S) Dispose of epoxy by completely emptying and mixing the epoxy before
21 disposal
22
23
24
25
H. Aeinforcement B ar Chairs
1. Reinforcement bar chairs or supports shall be of adequate strength to support the
reinforcement bars and shall not bend ar break �nder the weight of the
reinforceinent hars or Contractor's personnel walking on the reinforcing bars.
26 2. Bar chairs may be made of inetai (free of rust), precast mortar or concrate blocks or
27 plastic.
28 3. For appr�val of plastic chairs, representative samples of the plastic shall shaw no
29 visible indications of deteriaration after immersion in a 5-percent salu�ion of
34 sodium hydro�cide far 120-hours.
31
32
33
34
35
36
37
38
39
40
�1
42
43
44
45
46
4. Bar chairs znay be rejacted for faxlure to nneet any of tha requirements af this
speeification.
T. Joint Filler
1. Joint fillar is the matarial placad in concrete pavez�n�nt a�ad concrete structures ta
allow %r the expansio.n and contraction af the concrete.
2. Wood Baards: Used as jnint f1Ie:r for concrete paving.
a. Boards for expansion joint fiSler shall be of the required size, shape and type
indicated on the Drawings or required in the speciiications.
1) Baaxds shall be of selected stock of radwood nr cyprEss. The boards shal.l
be sound heartwc�od and shall be free fram sapwood, knais, clust�red
birdseyes, checks and splits.
2} .�oint iiller, boards, s�all be srn�ooth, flat and st:razght throughout, and shall
be suf�ciently rigid to permit ease of insYallaiion.
3} Baards shall be furnished in lengths equal to the width between
longitudinal joints, and may be fumished in strips or scored sheet of ihe
required shape.
CITY QF FORT WORTli NORTHPOINTE 24-INCH WATER TRANSMISSION MAIl� (N4-1 A)
STAPIDARD CONSTRUCTION SPECIrICATION DOCUMENTS CTTY PRdTECT No. 1 p3505
Revised March 19, 2p2I
32I313-6
CONGRETE PAViIVG
Page 6 of 23
1 3. Dimensions. The thickness of the expansion joint filler shaIl be shown on the
2 Drawings; the width shall be not less than that shown on the Drawings, providing
3 fo.r the top seal space.
4 4. Rejection. Expansion joint filler may ba rejected for failure to meet any of the
5 requirements of this speciiication.
6 7. 7oint Sealants. Provide Joint Sealantis in accordance with 5ection 32 13 73.
7 K.
8
9
1D
11
12
13
14
1S
16
17
18
14
20
21
22
23
24
2S
26
27
28
29
Curin� Ma#erials
1. Mernbrane-Forining Compounds.
a. Canform to t�e requirements of ASTM C309, Typa 2, white pigmented
compaund and be of such natwre that it shall not praduce pertnanent
discoloration of concrete sur�'aces nar react deleteriously with the concrete.
b. The compound'shall produce a firrn, eontinuous uniform moisture-impermeabl'e
film free from pinholes and shalI adhere sa#isfactorily ta the surfaces of damp
c.
d.
e.
f.
g•
h.
concrete.
It slaall, wh�n applied to the damp nancrefe surface at the specified rate of
coverage, dry to touch in 1 hour and dry through in not more than 4 hours under
normal conditio�s suitable fnr cancre#e operatians,
It shall adhere in a tenacious frlm without running off or appreciably sagging,
It shall not disintegrate, check, peel or crack during the required curing period.
The compound shall not peel or pick up under traffic and shall disappear from
the surface of the concrete by gradual disintegration.
The compound shall be delivered to the job site in the man�facturer's originai
containers only, which shall be clearly labeled with the manufacturer's name,
the trade naine of the material and a batch number or symbal with which test
sa�nples z�nay be eo�related.
When tested in accardance with ASTM C1 S6 Water Retention by Concrete
Curing Mafarials, tbe Iiquid zn.em.brane-fortn.ing compound shal.l restricf fhe lass
of water present .in the test specimen at the tirne of application of the euring
compound to not more than O.O I-oz.-per-2, inehes of surface.
30 2.3 ACCES�ORIES [NOT LTSED]
31 2.4 SOURCE QUALITY CONTROL
32
33
34
3S
36
37
38
39
40
41
42
�3
44
45
46
A. Mix Design
1. Concrete Mix Design and CQntrol
a. The City has a pre-approved list of concrete mix designs. The pre-approved list
can be faund on the City website under Project Resources Folder. These mix
designs meet th� requirements of app�icable City specificatio.ns and the
C.ontrac#ar may use mix designs fram the list without the need for review and
approval. T'he cantractor shall notify the City in writing which mix in the pre-
approved list the contractor uses far a project.
b. For a mix design not incIuded in the pre-approved Iist, #he Contractor shall
submit a design afthe concrete mix it proposes to use and a fu11 description of
the source of supply of each rriaterial camponent at least 10 caiendar days prior
to �he start of concrete gaving operations.
c. The design afth� eoncrete nnix shall produce a quality concre�e connplying with
these speciflcations and sha.11 includa the %llowing in%z-matian:
1) Design Requirerr�ents and Design Sum�z�.ary
CITY pF FORT 1WORTH NORTHPOINTE 24-INCH WATER TR.4NSMISSION MAIN {N4-�A)
STANDARD CONSTRUC'CIQN SPECIFICATION DOCUMENTS CITY PRDJECT No. 103505
Aevised March 19, 2021
3213 E3-7
CONCI�TE PAVING
Page 7 oi23
1 2} Material source
2 3} Dry weig�►t of eernenticubic yard arad kype
3 �) Dty weigh.t of fly ash/cubic yard and type, if used
4 5) Saturated surface dry weighi of fine and coaz'se aggregateslcubic yard
5 6) Design water/cubic yard
6 7) Quanfities, typa, and name of admixkures with manufacturer's data shaets
7 8) Curt'ent strength tests or strength tests irn accordance with ACI 31 S
8 9) Current Sieve Analysis and -20D Decantation of fine and coarse aggregates
9 at�.d date of tests
10 10) �'ineness modulus af fine aggeegate
11 11) S.pecz�c Gra�ity and Ahsorptian VaIues of fine and coarse aggregates
12 12) L.A. Ahrasion of coarse aggregates
13 d. 4nce mix design approved by City, maintain intent af mix design atad
14 ma�timum water to cement ratio.
15 e. No cancrete may be placed on the job site until the mix design has been
16 approved by the City.
17 2. Qua�ity of Concrete
18 a. Cansisteney
I9 I) In general, the consistency of concrete mixtures shall be such that:
20 a) Mortar shali cIing to the coarse aggrega�e
21 b} Aggregate shall not segregate in concrete rrrhen 1t is transported to the
22 place af deposit
23 c) Concrete, when dropped directly from the disck�arge chute of the mixer,
2�F shall flatten out at the center of the pile, buf tIae edges of tha pile shall
25 stand and not flow
26 d) Concrete and mortar s�aall show no free water when remaved from the
27 mixer
28
29
3Q
31
�z
33
3�4
35
36
37
38
39
40
41
�2
43
44
45
�46
47
48
49
2}
3)
4)
5)
6)
e) Concre�e shall slide and not flow into glace wh�n transported in metal
chutes at an angle of 3 p degrees with �h.e harizon.tal
�} Surface of the finished concreie shall be free frarn a surface film or
laitattce
When field conditians are such that additional rnaisture is needed for the
final concrete su:rface finishing aperation, the r�quired water shall be
applied to the surface by hand sprayer only and be held to a rnirumum
axnount.
The concrete shall be warkable, cohesive, poss�ss satisfactory finishing
qualities �r►d be of the stiffest consistency that can be placed and vihrated
inta a hornogeneaus mass.
Bxcessive ble�ding sha31 be avoided.
If the sirength ar con�istency requiz'ed for the class of concrete being
produced is not secured wiih the minim.utx� cement specifed or without
exceeding the maximum waterlcement ratio, the Contractor may Use, ar the
City may r�quire, an approved cement dispersing agent (water red�cer); or
th� Contractor sha11 furnish additional aggregates, or aggregates vcrith.
different characteristics, or the Contz'actor may use additional cement in
order to produce the required results.
The additional cement may be pe�tnitted as a temporary measure, un�il
aggregates are changed and desigr�s cheeked with the different aggregates
or cement dispersing ageni.
CITY OF' FORT WORTH NORTEIPOINTE 24-INCH WATEIt TRANS11�i55ION MAIN {N4-lA)
STAP[I]ARD CQNSTRUCTION SPBCIFICATIUN pOCUMENTS CITY 1'ROIECTNo. 1035D5
Re�ised March 19, 2021
321313-5
CONC.�TE PAVCNG
Page S of 23
1 7) Th� Cnntractor is solely respansible for t,he quality of the conerete
2 produc�d.
3 8) Th� City reserves the right to indepa�.dently verify the quality of the
4 conczete through inspection of the hatch plant, testing of the variaus
S materials used in the concrete and by casting at�d tesling concrete cylinders
6 ar beams oa� #he concrete ac#ually incorporated in the pavement.
7 b. 5tandard C1ass
8 I} Unless o�herwise shown on tha Drawings ar detailed specifications, the
9 standard class for conerete paving for streets and aIle�s is shown in the
10 following table:
I1
CITY OF FORT WORT'H 1�4TtTI-TPOTNTE 24-INCH WATER TRANSMISSIO?V MAIN (AT�#-lA)
STANDARD COlYSTALICITC)N SPECIFICATION DOCUMENTS CT I'Y PRd7ECT No. 1035Q5
Revised Ivlarch 19, 2031
az �s i3-g
CONCRETE PAV W G
Page 9 of 23
Standard Classes of Pavement Concrete
2�
3
Class of Minimum 28 Day Min. Ma7cimum Course General
Conc:r�te� Cementitious, Compressive, Water/ Aggregate Usa�e
Lb./CY Strengthz Cemer�titious, Maximum (Informational
psi Ratio Size Only)
inch
A 470 3000 Q.58 1-112 Sidewalks an.d
ADA ramps,
- dri�eways,
curb & gutter,
median
avement
CIF , 470 3000 0.50 1-1/2 Inlets,
manholes,
� j unc#ion
boxes,
encasement,
blocking,
callars, light
pole
foundations
C 517 3600 0.45 1-1/2 Headwalls,
wingwalls,
culverts,
drill�d shafts
P S17 3600 0.45 1-I/2 Machine
laced Pavin
H 564 4500 0.45 1-1/2 Hand P�aced
Favin
HES 564 4500 �.45 1-1.12 HE5 Pavin,
S 56� 4000 0.45 1-1/2 Bridgesiabs,
top slabs of
, direct traffic
cuIverts,
approach
slabs
1. All exnnsed horizontal concrete shall have entrained-air.
2. Miniznum Compressir�e Strength T2equired.
5 a) Concrete Sidewallcs and Cuxb & Gutter: Class A
6 b) Cast-In-Place Concrete Structures: Class CIP and Class C
7 c) Machine-�,aid concrete: Class P
8 d) Hand�Laid concrete: Class H
9 e) 5tructural Concrete: Class S
10 fl High Early Strength Cancrete (HE5)
11 {1) When shown on #he Drawings or allowed; provide Class HES
12 concrete for very early opening of pavements are� or leaveouts to
13 traffic.
CITY OF FQRT WORTH NORTI3PpINTE 24-INCH WAT�K TRE,NSMI53ION MAIN [N4-lA)
STANDARI3 CONSTRUCTiO�T SPECIFICAi'[ON TJaCC.T1VLENTS CITY PROJECT No. 103505
Revised March l 9, 2021
321313-]0
CONCRETE PAVING
Page ] 0 of 23
1
2
3
4
S
6
7
8
9
10
I1
{2) Design class HE5 to meet the require�nents of class speeified for
canerete pavement and a minimum cornpressi�e strength of 2,600
psi in 24 haurs, unless other early strength and time requiz'0nn�nts
are shown on the Drawings aIlowed.
c. SIump
1) 51ump requirements for pavemeni and related concrete shall be as specifled
in the following tabl.e:
Concrete Pa�ement and Related Conerete 51ump Requzremen�s Add clas�es of
concrete
Concrete Use Recommended Maximum
Design Acceptable
and Placemen# Placement
Slump, Slump,
Inch Tnch
Sli -Forrn/Form-Ridin Pa�rin 1-I12 1— 3
Hand Formed Pa�in 4 3— 5
Headwalls, wing`rvalls, culverts, inlets, �l 3— 5
manholes, junction b�xes, encasement,
b�ocking, collars, lzght poIe faundations,
slab, sidewalk, curb and guiier, concrete
valley gutter and other miscellax�enus
concrete
DriIled shafts 6-112 5-112 — 7-1I2
12
13 2) No concrete shall be permitted with slunnp in �xcess ofthe maximums
14 shov�n.
15 3} Any concrete mix failing ta meet tk�e above consistency requirements,
16 although nne�ting ihe slump requirements, shall be considered
17 � u�satzsfactory, and the mix shall be chang.ed to correct such unsatisfactory
18 conditions.
19 PART 3 - EXECUTIQN
20 3.1 INSTALLERS [NOT USED]
2I 3.Z EXAMINATI�N [NOT USED]
22 3.3 PREP,ARATION [NOT U�EDj
23 3.4 IN�TALLATION
24
25
26
27
28
29
A. Equipmenf
1. All equipment necassary for the construction o�this item shall be on the project.
2. T�e equipment shall include spreading devzces (augers), internal vibration,
tamping, and s�arface floating necessary ta finish the freshIy plaeed concrete in such
a manner as to provide a dense and hmnogeneaus pavatn�nt.
3. Maciain�-�,aid Concrete Pavement
GITY QF FO.RT WOiLTH NORTHPQINTE 24-1NCH WATElt TRANSMTS3I(�N MA1N (N4-1 A}
STANDAPaD CON5TRTICTCOZ*I SPECIFICATIOIY DOCUMENTS CITY PRdJECT No. L D3505
Revised March 19, 2021
32 13 13- 11
CQNCAETE 1'AV1NG
Page 11 of23
1 a. Fixed-Form Paver. Fixed-fortn. paving eq�ipment shall be provided with foXms
Z that are uniformly supported on a very firm subbase to prevent sagging under
3 the weight of t�nachine.
4 b. Slip-Form Paver
5 1} 5iip-form paving equipm�nt shall be provided with tz'aveling side fomis of
6 suffci�nt dimensions, shape and strength so as to suppart the concre�e
7 laterally for a sufficient length of time during placemer�t.
8 2) City znay reject use of Slip-Form Paver if pa�er requu'es flver-digging and
9 impacts trees, mailboxes or other improvernents.
10 4. Hand-Laid Concrete Pavement
I1 a. Machines that do nai incarporate these features, such as roller screeds ar
12 vibrating screeds, shall be considered tools ta be used in hand-Iaid concrete
13 constructian, as slurrips, spreading methods, vibration, and aiher proc�dures are
14 more cammon to hand methods than to machine methads.
15
I6
17
18
19
20
2i
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4b
47
48
S. City may reject equipmeni and stap operation if equiprnent does not meet
requiremen.ts.
B. Cancrete Mixing and Delivery
1. Transit Batching: shaIj not be used — ansite mixing not pernaiited
2. Ready Mixed Cancrete
a. The concrete sha11 be produced in an approved method conforming to the
requirements af this speciiication anc� ASTM C44/C94M. City sha11 have access
ready mix ta get samples af materials.
b. City shall have access to ready mix plant to obtain material sample.s.
c. When ready-mix concret� is used, sample concrete per ASTM C94 Altezxzate
�'rocedure 2:
1) As the mixer is being emptied, individual satnples shall be taken after the
discharge of appraximately 15 perceni and 85 percent of the load.
2} The method of sampling shall provicie that the samples are representative of
�idely separated portions, but not frorn the very ends of the batch.
d. T`he r►�.ixing of eac� batch, after a11 materiais ar,e in. the drum, shali continue until
it pxoduces a thoroughly �ed concrete of uniform rnass as detertnined by
established mixar performance ratings and inspecti�n, or appropriate uniformity
tests as described in ASTM C94. '
e. The entire contents of the drurn shall be discharged before any mat�rials are
placed therein for the succeeding batcl�.
f. Retempering or remixing sha11 not be pern�.ztt�d.
3. Delivery
a, Delzver concrete at azz intervai not exceed'1ng 30 minutes or as detertnined by
City ta prevent cold joint.
4. Delivery Tickets
a. �'or all operations, tlae manufacturer oFthe co.ncrete shall, 6efare unloading,
furnish ta the purchaser with each batch o� concrete at the siie a deiivery ticket
Qn which is prinfed, stamped, ar written, the following infornnation to determine
that the conerete was pxoporfioned in accordance tvith the approved mix design:
1} Name o�concrete supplier
2) 5erial nuznber of ticket
3) Date '
4) Truck number
CITY OF FORT WORTH �TORTHPOI3+ITE 24-INCH WATER TRhNSMISSION MAiN (l�a-lA)
STt+.NDAlt17 CONS'�tUCTION SPECIFICATION DOCUMENTS C1TY PRDJ�CT No. 103505
Revised March 19, 202 i
32 13 13-12
CONCRETE PAVING
I'age 12 of 23
1 5) Name of purchaser
2 6) Specific designation of jab (natne and lacation)
3 7) Specific class, design identification and desig�ation of the concreta in
4 conformance with that employed in jab speciiications
S 8) Amount of eoncrete in cubic yards
6 9} Time loatled or of first mixing of cement and aggregates
7 1 n) Water added by receiver of concrete
8 11) Type aind amount of admixtuxes
9
10
11
i2
�3
14
15
16
17
i8
19
20
C. Subgrade
1. When manipulafian c�r treatment of subgrade is required on the Drawings, the work
shall be performed in proper sequence �ith tk�e preparation of the subgrade for
pavement.
2. The roadbed shall be excavated and shaped in eon.farmity vvith the typical sections
�nd to the Iines and grades shown on the Drawings or establishe�d by the City,
3. All holes, ruts and depressians shall be filled and caimpacted with suitable rriaterial
and, ii required, the subgrade shaIl be thorougE�ly wetfed and reshaped.
4. Irregularities of more than 1/2 inch., as shown by straigb.tedge or tempIa�e, shall be
carrected.
5. The subgrada shall be unifortnly compacted to at leasi 95 percent of the maximum
density as determined by ASTM D698,
21 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum.
22 7. The prepared sLrbgrade shall be wetted dovt�n suff cien#1y in advance of placing the
23 pavement to ensure its being in a firm and maist condition.
24 8. Sufficient subgrade sha11 be prepar�d in ad�ance to ensure satisfactory prosecution
25 of the woz'k.
26 9. The Cantractoz' shall notify the City at laast 24 haurs in advauce af its intention to
27 place con�rete pavement.
28 10. After the specified moisture and density are achieved, the Cantractor shall maintain
29 the subgrade maisture and density in accordance with this Section.
30 I 1. In the event that rain or other conditions may have adversely affected the condition
31 of the subgrade or base, additional tests may be required as directed by th� City.
32 D. Piacing and Removing �orms
33 1. �'Iacing Forms
34 a. Forms for machine-[aid cor�crete
35 1) 'I'h� side fo.rms shall be metal, of appraved cross sectzon and bracing, of a
�6 height no less than the prescribed edge ihicknes� o�'the concrete sectian,
37 and a minimum af 1 Q feet zn length for each indiv[daal form.
38 2} ,Fortns shall be of ample strength and staked with adequate number af pins
39 capable of resisting the pressure of concrete placed a�ainst them and the
4Q thrust and the vibration oftl�e construction equipment operating upon them
41 without appreciable springing, settlin� or deflection.
42 3) The farms shall be free from warps, bends or kinks and shaIl show n.o
43 variatian from the true plane for face or top.
44 4) Forms shall be joinied neatly and tightly an.d set with exactness to the
4S astablished grade and alignznent.
CTTX OP F�IYI' WOFtTH NQRTHFpIi�T'E 24-INCH VdATEA ITIZANSMISSTOIY MAIN (N4-lA)
STANDAI2T� CONSTRUCTIQN SPECIFICATION DQCUMElVTS CIT'Y PROTECT No, 103545
Revised March l9, 2021
32 13 13- 13
CONCRETE PAV[NG
Page l3 of23
1 S} Forms shall be set to line and grade at least 200 feet, where practicable, in
2 advance oithe paving operations.
3 6) In no case shall the base wldth be less than 8 inches for a form 8 inches or
4 more in height.
5 7) Forms must be in firm contact with the subgrade throughout their lengih
6 and b�se width.
7 $) If the subgrade becames unstable, fotms shall be reset, using heauy stakes
8 or other aciditional supparts may be necessary to provide the raquired
9 stability.
10 b. Foxms for hand-laid concrete
11 1) Forms shall extend #he fu11 depth of canerete and be a minimuzn of 1-1/2
12 inches in thickness or equivalent when wooden forms are used, or be of a
13 gauge that sha31 provide equivalent rigid'zty and strength when metal forms
14 are used.
I S 2} For curves with a radius of l�ss than 254 feei, acceptable flexible metal or
16 wood fartns shall be used.
17 3) AIl forms 5howing a deviatidn of 11$ inch in 14 feet from a straight line
ig ' shall be z'ejected. '
19 2. Settling. VV'hen �orms settte over 1/8 inch utider finisi�ing ape:rations, paving
20 operations shall be stQpped ihe forms reset to line and grade and ilae pavement then
21 brou�ht to the required seetion and thickness.
22
23
24
25
2b
27
2$
29
�o
31
3z
33
3. Cleaning. Fornas shall be thoroughly cleaned after each use.
4. Removal.
a. �'arms shall remain in place until the concrete has tak�n zts i1nal set.
b. Avaid damage to the edga of the pavement when removi:ng forms.
c. Repair damage resulting from %rm removal and haneycntnbed areas with a
mortar ta�ix with.in 24 hours after form removal �anless othervvise approved.
d.. Clean soint face and regair honaycombed or damaged areas within 24 hours
after a bulkhead for a transverse construction joint has been removed unless
otherwise approved.
� e. Wkaen fa�ns are removed before 72 hours after conerete placement, promptly
apply membraiie curing corr�pound to the edge oithe concrete pavement.
E. Placing Reinforein.g �teel, Tie, and Davvel Bars
34 1. General
35 a. When reinforcing steej tie bars, dowe�s, etc., are required they shall b�e plaeed
36 as shown on the Drawings.
37 b. All reinforcing steel shall be clearn, free from rust in the farm of loose or
38 � objectionabie scale, and of the type, size and dimensions shown on the
3g Dravvings.
40 c. Reinfarcing bars shail be securely wired together at the alternate intersectians
41 and all spliees and shall be securely wired at each intersection dowel and load-
42 transmission unit intersected.
43 d. All bars shali be installed in their required positian as shown on the Drawings.
�44 e. The staring of reinforcing ar structural steel or1 coznple�ed roadway slabs
45 generalIy shali be a�vaided and, where pernnitted, such storage shall be limited
46 to quantities and distribution that shail not in.duce excessive stresses.
47 2. SpIices
48 a. Provide standard reinforcement splices by lappiz�g and tying ends.
CITX OF FbRT WORTH NORTHPOINTE 24-ii�iCH WATEIt TRAN5MI55�ON MAIN (N4-lA)
8'CANDARD CONSTRUCTIDN SPECIFICAT[03�f DOCUMENT3 CITY PR07EC"['Na. 103505
Revised Macch 19, 2021
32 13 l3 - 14
CONCitETE PAVING
Page 14 of 23
b. Comply �+ith ACT 318 for rr�inimurn lap of spliced bars where not specified on
the Drawings.
3 3, Installation of R�inforcing Steel
4 a. All reinfaz'cing bars and bar mats shaI1 be installed in the slab at the required
5 depth belovv the itrushed surface and supported by and seeurely attached to bar
6 chairs instaJIed on prescribed longitudinal and transverse centers as shown by
7 sectional and detailed drawings on the Drawings.
8 b. Chairs Assernbly, The chair assernbly shall ba similar and equal to that shown
9 on the Drawings and shall be approved by the City prior to extensive
10 fibricatlon.
11 c, After fhe reinforcing steel is seeureIy install.ed above the subgrade as speci�ed
12 in Drawings and as herein prescz'ibed, no loading sha.11 be impos.ed upon the
13 � bar mats az' individual bars before or during the placing ar finishing of the
I4
15
lb
17
18
19
2Q
2I
22
23
24
25
2b
27
28
concrete,
4. Installation ofDowel Bars
a. InstaIl thraugh. the predrilled joint filler at�d rigidly support in true harizontal
and vertic�l pnsitions by an assembly of bar chairs and dowel baskets.
b. DouTel Baskets
1) The dowels shall be held in position exactly paralIel to surface and
centerline of the sla�, by a dowe! basket that is left in the pavement.
2) The dowel hasket shall hold each dowel in exactly the correct position sa
firtzily that the dowel's positian cannot be altered by concreting operations.
c. Dowel Caps
1) InstalI cap to allow the bar to mova not less than 1-1/4 inch i�n aYther
direction.
5. Tie Bar and Dowal Pla.cem,ent
a. Place at mid-depth of the pavement slab, para11e1 to the surface.
b. Place as shown on the Drawings.
29 6. �poxy for Tie and Dowel Bar Installation
3Q 1j Epo�y bars as shawn on the Drawings.
31 2) Use only drilling operatians that do not damage the surrounding operations.
32 3) Blow aut drilled holes with campress�d air.
33 4) Completely fill the drilled hole wit�. approved epaxy before i.nserting the tie
34 6ar into th� hole.
35 5} Install epoxy grout and bar at least 6 inches �mbedded into concrete.
3b
37
38
39
�}0
41
42
43
44
45
46
47
F. Joints
1. Joints shall be placed whez'e shown on #he Drawings ox where directed by the City,
2. The plane of all jaints shall m.ake a right angle with the surface of the pavement.
3. No joinis shall ha�e an ez'ror in alignment of more than 112 inch at any point.
�. Joint Dimensions
a, The width of the joint shall be shown on the Drawings, creating the joint
sealan.t xaservair.
b, The depth ofthe joint shall be shawn on the Drawings.
c. Dimensions of the sealant reservnif• shall be in accordance with manufacturer's
recommendations.
d. After curing, the joint sealant shaIl be 1/8 inch to 114 inch below the pavern�,nt
surface at the cent�r ofthe joint.
C[TY OF Ft}RT WOIZTH NORTHPOINTE 2�-I1VC�I WATER TRANSMISSION MAIN (N4-]A)
STAI�IDARD CONSTAUC'1'ION SPECIFICATIQN DOCUMENTS CITY PRp,fP,CT No. 103SOS
Revised Mareh 19, 2021
32 13 13 - l5
CONCRETE PAVING
Page 15 of 23
1 S. Transverse Expansion Joints
2 a. E�pansion joints s�all be installed perp�ndicularly to the surface and ta the
3 centerline af the pa�ement at the locatiQns shawn on the Drawings, or as
4 appro�ed by the City.
5 b. Joints shall ba of the design width, and spacing shown on the Drawings, or as
6 ap.proved by the City.
7 c. Dawel bars, shall be af the size and type shown on the Drawings, or as
8 approved by the City, and shaIl be installed at the specified spacing.
9 d. Su.pport dowel bars with dowel i�askets.
10 , e. Dowels sha11 restrict the free opening az�.d closing of the e�pansion join and
� z sha13 not make planes of weaknesses in the pavement.
12 f. Greased Dowels for Expansion roi�ats.
13 1) Coai dowels wit3� a thin film of grea�e or other approved de-bonding
14 material.
15 Z) Provide dowel caps on the lubricated end of each dowel bar.
16 g. Proximity to �xisting Structures. When the pavement is adjacent to or atound
17 existing stnietures, expansions joints shall be constructed in accordance with
18 the details shawn on the Drawings.
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�4fl
41
�2
A3
44
45
�45
�7
�8
44
Q
7
Transverse Con.tra.ction �oints
a, Coniraction or dummy joints shall be installed at the iocations and at the
intervals shawn on the Drawings.
b. Joints shall be of the design wid#h, and spacing shawn on the Drawings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, or as
approved by the City; and shall be insta.11ed at the specified spacing.
d. ]oints shall be sawed into the completed pavement suriace as soon ai�er izut�al
concr�te set as possible sa that some raveling ofthe concrete 1s observed in
arder for the sawing procass to preven,t uncontro3led shrinkage crackin.g.
e. The joints shall be constructed by sawing tb a 1/4 inch width and to a depth of
113 inch (lf4 inch pentnitted if limestone aggregate used) of the actual
paveatt�ent thickness, or deeper if so indicated an the Drawings.
f. Complete sawing as saon as possible in hot waather cond�tions and within a
maximum of 24 haurs ai��r saw cutting begins under cool weather conditions.
g. If sharp edge joints are being obtained, fihe sawing process shall be sped up to
the pni nt where some raveling is observed.
h. Damage by blade action ta the slab surface and to the conarete imrnediately
adjacent to the joint shall be minimized.
i. Any portion of the curing membrane which has been disturbed by sawing
operation� shall be restared by spraying the areas with additional curzng
compound.
Traz�verse Construction 7oints
a. Construction joints formed at the close of each �ay's work ar when the placing
of concrete has been stopped for 30-minutas ar longer shall be constructed by
us� of inetal or wooden bulkheads cut true to the section of the fizus�ed
pavement and cleaned.
b. Wooden bulkheads shall have a thickt�.ess af not less ihatx 2-inch stock material.
c. Langitudinal bars shall be Yteld se�urely i� place in a plane per�endicular to the
sur£ace and at right angles to the centerlin.e c�f the pavement.
d. Edges shall b� rounded to I/4 inch radius.
CITX QF FOKT WO1tTH 1VORTHPOINTE 24-IT�1CH WATER TRANSMISSIOl�! MAiN (N4-lA)
STANDARD CONSTRUC.TION SPEGIFICATION DOCUMEI�STS CITY PR07ECT No. 143505
Revised March 19, 2U2!
32 13 13-16
CONCRETE PAVIIVG
Page 16 of 23
L
2
3
4
5
6
7
8
9
14
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
2$
e. Any surplus eoncrete on the subgrade shall be removed upon the resumption of
the work.
$. Longitudinal Cotzsfruction Joints
a. Longitudinal construction joints shall be of the type shovsm on the Dravwings.
9. Joint Filler
a. Joint filler shall be as speci$ad in 2.2.I of the size and shape shown on the
Drawings.
b. Redwood Board joints sh.aI1 be used for all pavemen.t joints except for
expansion joints that are coincident vrith a butt jaint against e�sting
pavements.
c, Boards with less than 2S-percent of moistuxe at the time of installation shall be
thoroughly wetted on the jab.
d. Green lumb�r of much higher moisture content is desirable and acoeptable.
e. The joint �l�er shall be appropriately drilled to admit the dawel bars when
required.
f. The bottorn edge of the �'iller shalI extend to or slightiy be�ow the bottozn of �he
s�ab. The top edge shall l�e heId appro�i.mat�ly 112 inch beIow tl�e finisk�ed
surface of the pavement in arder to allow the finislai:ng operations to be
continuous.
g. The joint filler may be cotn.posed of more than one length af board in the
le�zgth of joint, but no board of a length less than 6 foot znay be used unless
otherwise shovvn an the Drawings.
h. After the rennoval of f.he side forms, tkze ends of the,joints at the edges of the
slab shall be carefully opened for the entiz'e depth of the slab.
10. Joint Seal.ing. Routine pavement joints shall be �Iled cons�stent with paving details
and as specified in Section 32 13 73. Materials shall generally be handled and
applied according to the manufachu-er's recommendations as specified in Section
32 13 73,
29 G. Placing Concrete
30 1. Unless otherwise specified in the Drawings, the finished pavement shall be
31 constructed monalithically and constretet�d by machined laid zn.ethod unless
32 impracticaI.
33 2.
34
35
36 3.
37
38
The concreie shall be rapidly deposited on the subgrade in successive batches and
shall be distxibuted to t�a� required depth and for the entire width of the paveznent
by shoveling ox otkcer app:roved me#hads.
Any concrete not placed as herain prescribed within. th.e iime limits in the folIawing
tahle will be rejected, Tizzi.a begins when the water is adfled to the mixer.
Concrete Tempet•ature
(at point of placement�
�tuxe — Time Require:r
Max Time — �tziinutes
(no retardin� a��nt)
�on-Agitated Concrete
45
Agitated Concrete
45 �
Max Tiane — minutes
...;�t, ,..,+.,..a:..... ...�..�.,t[
A11
Above 9Q°F
45
iZ
CIT1C OF FORT WQRTH NORTHPOINTE 24-INC�TWATER T12ANSMISSIpN MAIN (N4-lA)
STANDARD CONSTRUCTION SP�CIFTCATION DOCUIvCENTS � CTTY PROJECT No. 1a35D5
Revised March l9, 2021
32 13 13-17
CONCIZETE PAVINCi
Paga ] 7 of 23
Above 75°F thru 9(l°F 60 90
75°F and Below 60 120
1 1 Normal dosage af retarder.
2
3 4. Rakes shall not be used in handling cancrete.
4 5. At the end of the day, or in case of una�oidable interruption or delay af more than
S 30 mznutes or Ionger to prevent cold joints, a transverse cons�ruction joint shall be
� placed in accordance wit�i 3.4.F.7 of this Section,
7 &. Haneyeombing ,
8 � a. Speciai care shall be taken in placing and spading the eoncrete against the
9 forms and at all joints and assemblies so as to prevent honeycomhing.
l0 b. Excessive voids and haneycambing in the edge �f the pavement, revealed by
ll the removal ofthe side forms, may be cause for rejection af tY�e section of slab
12 in which the def�ct ascurs.
13 H. Fi�aishing
14 l. Machine
i5 a. Tolerance Litt�its
�� 1) While ih� concrete is still woxlcable, it shall be tested for irregularities with
17 a 10 foot straightedge placed parallel to the centerline of the pavement so as
18 to hridge depressions and ta touch all high spots.
19 2) Ordinates measured frarr� the face of the straightedge to the suriace of the
20 pavem�:nt shall at no place exceed 1116 inch-per-faot from the neaz�est paint
21 of contact.
22 3) In no case shall the maxinaum ardinate to a 10 foot straightedge be greater
23 than 118 inch.
24 4} Any surface not within the tolerance limits shall be reworked and
25 refinished.
26 b. Edging
27 1) The edges, of slabs and a11 joints rec�uiring edging sha11 be carefully tooled,
2g t�v.ith an edger of tha radius required by the Drawings at th� time the '
29 cancrete begins to take its "set" and becomes non-workable.
3p 2) All such work shall be left smaoth and trUe to iir�es.
31 2. Hat�d
32 a. Hand iinishing permitted only in intersections and areas inaccessible ta a
33 finishing machine.
34 b. When th.e hand method of striking off and consolidating is ge�mitted, the
35 concrete, as soon as placed, shall be appraximately leveled and then struck off
36 with screed bar to sueh elevation above gt'ade that, when consoiidatad and
3� iinished, the surface o�the pavement shall be at the grade elevation shown on
38 the Drawings.
39 c. A slight excess of material shall be kept in front of the cut�ing edge at all tia�es.
�p d. The straightedge and joint finishing shall be as prescribed herein.
4I I. Curing
CjTY OP FORT WORTH NORTHPOIMTE 24-�CH WAT�R TRANSMISSION MAIA! (N4-1A)
STANT]AEifl CONSTRUCTION SPECIP'ICATION DOCUMEMTS CTTX PRp]ECT No. 103505
Revised Ivtarch 19, 2Q21
azi3i3-ia
CONCRETE PAVING
Page 18 of23
1
2
3
4
5
6
7
8
9
10
�1
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
24
30
31
32
33
3 A�
3S
3b
37
3$
39
40
1. The curing of concrete pavement shalI be thorough and continuous throughout tlae
ent�re curing period.
2. Failure to provide praper curing as herein prescribed shall be considered as
sufficient cause for immediate suspenaion of the paving aperations.
3. The curing method as herein speci�ed does not preclude the use of any ofthe at�er
commonly used metlaods af curing, and the City a�ay approve another method of
cUring if so requested by the Contractor,
4. If any selected method of curing does not afford the desired results, the City shalI
hav� the right to order that another method of curing be institi.ited.
5. A$er ramo�al of the side forms, the sides of tk�e slab shall receive a like coating
before earth is banked against them.
6. The solution shall be applied, under pressure wi#h a spray nozzle, in such a mazuier
as to caver #he entzre surfaces thoroughly and completely wri#h a uniform f�m.
7. The rate of applieation shall be such as to ensure complete caverage and sha11 not
exceed 2Q-square-yards-per�gallan of curiz�,g compound.
8. Wla�n �f►oraughly dry, it shall pro�.ide a contiquous and fle.xible membrane, free
firom cracks or piriholes, and s�all not disintegraie, check, peel or crack during the
curing period.
9. If for any reason the seal is broken during the cuxing period, it shall be izzimediately
repair�d w�ith additional sealing solution.
10. When tested in accordance witfa A.STM C156 Water R�tention by Concrete Curing
Materials, the curing compound shall provide a film which shall have retain.ed
within the test specimen a percentage of the moisture presant in the specirnen �vhen
the curing compound was applied according to the following.
1 I. Contractor shall maintaizz and properly repair damage to curing rnatarials on
exposed surfaces of canc:rete pavement continuously for a Ieast'i2 hours.
J. Monol�thic Curbs
1. Concrete for rnonolithic curb shall be the same as for the pavement and, if carried
back �rozn �he paving m�er, shall be placed within 20-minutes after bezng mixed.
2. A$er the concrete has been sYruck off and sufficiently set, the exposed surfaces
shall be thoroughly worked with a wooden flat.
3. The expased �dges shall be roanded by the use of ar� edging tool to the radius
indicated on the Drawings.
4. All exposed su�aces of curb shall be brushed to a s�nooth atld uniform surface.
K. Pavement Leave�uts
1. Paveznent leaveouts as necessary to ma'tntain and pravide for Ioca1 traffc shall be
pro�vided at location indicated on the Drawings oz' as directed by the City.
2. The extent and Iocation of eaeh lea�eout required and a suitable crossover
connection to pro�ide for traf�ic znovements shall be determined in the field by #he
City.
41 3.� REPAIR
42 A. Repair of concrete pavement concreta shaIl be consistent with the Drawings and as
43 specifted in Sectian 32 O1 29.
CITX �P FQRT WORTH I10RTHPOINTE 2q-INCH WATElt TRAN5MIS5ION MACIY (N4-lA)
STAI+II7ARI] CONSTRUCTION SFECTFfCATION DpCUMENTS CITY FIt07ECT No. 103505
Re�ised March 14, 2021
32 13 l3 - 19
CONCREI'E PAVING
Page 19 of23
1 3.6 RE-INSTALLATXON [NOT U�EDj
2 3.'� SITE QUALITY CONTROL
3
4
5
6
7
8
9
10
11
12
13
I4
15
16
17
18
I9
aa
21
22
23
24
25
26
27
28
29
A. Concrete Placement
1. Place concrete using a fully autoinated paving machine. Hand pavin.g anly
pertnitied in �'eas such as intersectiians where use of paving machine is not
practical
a. AlI concrete pavement not placed by hand shall be placed using a fully
autamated paving machin� as approved by the City.
b. Screeds will nat be allowed except if approved by the City.
B. Testing of Materials
1. Satnples of all materials for test shall be made at the expense of the City., Unl�ss
otherwise specified in the sp�cial provisions or in the Drawings.
2. In the event the initial samplizag and testing does n.ot comply with the specifications,
all subsequent teSting af the maferial in order to determine if ihe material is
acceptable shall be at #h�e Contractnr's e�gense at the same rate cl�arged by the
com mereial laboratories.
3. All testing shall be in accordance with applscahle ABTM S#andards and concrete
testing technician must be ACI cec�ified or equivalent.
C. Pavement Thickness Test
1. Paveme�t thickness test shall be perFormed by a commercial testxng labora�ory
approvrd by the City every 1.00 feet pr fraction thereof in accordance with TxDOT
Designa#ion: Tex-423-A, Unless otherwise shown on the plans. Test locations sha11
be at the discretion ofthe City.
2. In tha event a deiiciency in the thickness of pauement is revealed during narmal
testing operations, core samples shall be taken at the eontractox's expense to verify
deficiency of more than 0.2 in. �rom plan thi.ckness and io i�olate the deficient area.
3. Wli�re the average ihickness of pavement in tkie area found to be deficient in
thickness by more than D,20 inch, but not moz'e than 0.50 inch, payment sha11 be
rnade at an adjusted price as specified in the following tab�e.
Deficiency in T'hickness Proportional Part
Determined b Cores Qf Contract Price
Inches Allawed
O.Ofl — 0.20 1 a0 percent
0.21— D.30 SO percent
0.31— 0.40 70 percent
0.41— 0.50 60 percent
C1TY �F FORT VVORTFT 1VORTHI'QINTE 711-INCH WATElt TRANS1VIiSSION MAIN (N4-1 A)
STAN1lARB CONSTRUCTION SBECIFICATION T]OCLI1VfENTS CITY PRO]ECT l+io. 1035D5
Ra�ised Ivlarch 19, 2Q2 i
32 13 I3 - 20
CONCI7�TE PA VING
Page 20 of 23
1 �. Any area af pavement found de�oient in #hickness by ttanre than 0.50 inch but not
2 more thar� Q.75 inch or 1/lp of the thickness specified on the Drawings, which�.ver
3 is greater, shall be e�aluated by the City.
4 5. If, in the judgment of the C.ity tha area of such deficiency should not be removed
5 and repIaced, there sha11 be no paym�nf for the area retained.
6 6. If, in the judgment Qf the City, the area ai such deficiency �rarrants remaval, the
7 area shall be remo�ed and replaced, at ths Contractor's entire expense, wifh
S concrete of the thicktiess shown on the Dravvings.
9 7. Any area of pavemez�t t'ound deficient in thickness by more than Q.7S inch or more
la than 1/10 of the plan thickness, vvhichever is greatar, shall be removed and replaced
1 I with concrefe of the tk�ickness shown on the Drawings at the Contractox�'s sole
12 expense.
13 8. Na additianal payment o�er the con�-act unit price shal.l be made for any pavement
I4 of a thzckness exceeding that required by t�te Drawings.
15 D. Pav'ement 5trength Test
16 1. During the pragress of the work the Gity sha.11 provide trained technicians to cast
17 test cylinders for confora�ing to A�TM C31, to maintain a check on the
18 compressi�e strengtl�s of the conerete being placed.
I9 2. After the cylinders h.ave been cast, they shall remairt on the jab site and then
20 transported, moist oured, and tested by tha City in aceordance with ASTM C31 and
21 ASTM C39.
22
23
24
25
26
27
28
29
30
3'I
32�,
33
34
35
36
37
38
39
40
41
42
43
3. In each set, I of ihe eylinders shall be tested at 7 days, 2 cylinders shall be tested at
28 days, and 1 cylinder shaIl be held ar tested at 56 days, if necessary.
4, If the 28 day test results indicate deficient strength, the Contractor may, at its option
and expense, core the paveinent in question and have the cores tested 6y an
approved labaratory, in accordance with ;p,.STM C�2 and ACI 318 protocol, except
the average af all coras must meat 1 p0 percent of the minimutn specified strength,
with no individual core resulting in ]ess than 9a percent of design s�rer�gth, ta
override the results of the cylinder tests.
5. Cy�anders andlar co�•es must rneet minimum speci�ed strength. If cylinde:rs do not
meet minimum specified strength, addiiianal.cares shall be taken to iden,tify the
limits of deficient concrete paueznent at the expense o�'the Contractor.
6. Gjrlinders and/or cores must zz�eet minimum specifed strength. Favement not
meeting the miniffiurrt specafied strength sha116a subject to the money penalties ar
remova! and placement at the Contractor's expense as show in the following table.
7. The amount of pen.alty shall be deducted from payment due to Contractor; s. t�ch as
penalt� deducted zs to defray the cost of extra maintenance.
8, The strength requirements �'or str.uct��res and other eoncrete work are not alt�red by
th� special provision.
9. Na additional payrnent over the contract unit price sh.all be made for any p.avement
of strength exc�eding that requii•ed by tfie Drawings andlor specifications.
CITY OF FQRT WORTH NORTHPOINTE 24-INCH WATER TR�INSMI55ION IatAIN (N4-lA)
SFAMDARI] CONSTR[1CTiON SPECIFICATION DOCiJMEI+ITS CITY PR07ECT No. 1035p5
Revised M�rch 19, 2021
32 13 13-21
CqNCRETB PAVINC's
Page 21 of23
I E. Cracked Concrate Acceptance Policy
2 I. If cra.cks exist in conerete pavement upon completion af the project, the Project
3 Inspector shall make a determination as to the need for action to address the
4 cracking as to its cause and recommended remedial work.
5 2. Ifthe recommended remedial work is routing and sealing of the cracks to protect
6 the subgrade, tha Inspector shall make the determination as to whether to rout and
7 seal the cracks at the time of fnal inspection and acceptance or at any time prior ta
8 the end oithe praject maintenance period. The Contractor shalf perform tha routing
g and sealing work as directed by #he Project Inspectar, at no cost to the City,
10 regardless of ti�e cause of the cracking.
I1
12
13
14
15
16
I7
18
19
20
21
22
23
24
zs
26
27
28
29
30
3S
32
33
34
35
.36
37
38
39
40
3.
4.
If rernedial work beyand routing and seali:ng is determined to be necessary, the
Inspactor and the Contractor will attempt to agree a� the cause of fihe cracking.
a. If agreement is reached that th.e cracking is due tn deficient materials or
worlcmanship, the Contractor shall perform the remedial wark at no cast to the
C.ity. Remedial work in this case shall be limited to rern aving and replacing the
deficient wot'k with new material and workmanship that tx�eets the requirements
of the contract.
b. If ihe Inspector and the Contractaz' agree that the cause of the cracking is not
deficient materials or worlcffianslzip, the City may reqttest the Coniractor to
provide an estimate of the cost of tl�e necessary rernedial work and/or additional
work to address the cause ofi the cracking, and the Contractor will pez'farm that
work at the agreed-upon pricc if the City elects fo do so.
If the Inspecto� and the Contractor cannat agree on the cause of t�e crackzng, the
City may hire an indep�ndent .geoiechnical engineer, acceptable to tne Ca�tractor,
to perfortn testing and analysis to determine the cause of the cracking. The
contraator sha11 pay 50 percent of the costs of the independent testing. Contractor
shall provide one half of the estimated costs of the independent iesting to be held by
the City. .
If ihe geatechnical engineer determines that fhe primary cause of the craeking is the
Contractor's deficient mat�rial or worlcmanship, the remedial work will be
perfnrrned at the Contractor's entire expense and th.� Contraetor will also reimburse
the City far the balanca of the cost of the geotechnical investigation over and abave
the amount that has pteviausly been escrawed. Remedial work in this �case shall Ue
limited to renzoving and replacing the deiicient work with new matexial and
workrnanship that meets the requirements of th� cont-�act.
If th� geotechnical engineer deterniines that the prlmary cause of the c racking is not
the Contractar's deficient material or worlcFnanship, the City will return the
escrowed funds to the ContracYor. The Contractnr, o:� request, will provide the CiTy
an estinnate Qf the costs of the necessa�y remedi.al work and/or addifional work and
wil� perforrr► the work at the agreed-upon grice as directed by the City.
CTTY dP FORT WOitTH NORTHPOINTE 24-INCI3 WATER TRAIVSMISSION MAIN (Na-lA)
STANDARD CONSTRUC'l'ION BPECiFICAT'IdN DOCUMENTS CITY PROJEC'I' No. 1U35R5
Revised Mareh 19, 2U21
32 13 13 - 22
COTICRETE PAVLNG
Page 22 nf 23
1 3.8 �YSTEM STARTiTP jNOT USED]
2 3.9 ADJC75TZNG �NOT USED]
3 3.1U CLEANING [NOT USED]
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USEDj
7 3.14 ATTACHMENTS [NOT US�D]
S
C1TY OF FDAT WORTT-T NORTHPOINTE 24-1NCH WATER TRANSM[SSION MAlN (N4-lA)
�TANpARD CQN5TRi1CTION SPECIFICATIDN DOCUMENTS CITY PR07ECT Na, 1fl35p5
Itevised Nlarch 19, 202I
32 13 l3 - 23
CONCRETE PAVING
Page 23 of 23
END O�' SECTION
Revision Lag
DATE NAME SUMMARY OF CHANGE
12/20/2012 1.2.A— Modi�ied items to be inclvtied 'm price bid
05/Z1/2014 Doug Rademaker 2.2.D — Modi�ied to clarify aceeptable fly ash substitution in cancrete paving
1, i 1.A-- modifled to clarify concrete piacemeni tezrtperature restrictions
Zelalem 2.4,A,B,D — to clarify conerete quality contral process aud requirements
03/19/2021 Arega/Doug 3,'7,C & D-- to modify and clarify the pavement strength test and change in pavement
S4ack thickness m�asurement methodolagy
3.7.E — Madified to clarify cracked conerebe acceptance policy
CITY OF FORT W�ATH NORTHPO[NTE 24-1NC�i'U4ATER TRANSMiSBION MAII�f (NA-lA)
STANUAAI] CONSTAUCTION SPECIFCCATIOMDOCiJMENT5 C1TY PKOTECT No. 1D3505
Revised March i 9, 2021
33 04 12 - 1
MAGrfESIIIM ANODE CATIiODIC PRDTECTIQN
Page 1 of 1 ]
1 �ECTiON 33 04 I2
2 MA.GNESIUM ANODE CATHODIC PROTECTION
3 PART1- GENERAL
4 1.1 SiTMMARY
5 A. Section Includes:
6 1. Requirernents far Cathodic Protection Systems on concrete cylznder pipes, carbon
7 steel pipes and ductile iron pipes using Magnesium Anodes
8 2. R t�irements for arformin Soil Corrosivi Investi ation an�d Caihodic
9 Protection Svstem Desi�n•
IO 3. The Cathodic Protection Systern sha31 iticlude, but not be limited to the following:
11 , a. Materials and installation �
12 b. Post-installation survey
13 e. Fina1 Report to include reeommendations
1�4 B. Deviations from this City ofFort Worth Standard Speci�catifln
15 1. Added I.1.A.2
16 2. Added 1.1.C.3 & 4
I7 3. Modified 1.2.A.1
18 4. Added 1.2.A.2
19 5. Added 1.6.B & C
20 6. Added 1.9.A.Z
21 C. Related 5pecificatian Sections include, but are noi necessacily limited to:
22 1. Di�ision 0— Bidding Requirements, Contraet Farnzs, and Conditians of the
23 Contract
2� 2, Divisionl-� General Requirements
25 3. 5ection 33 04 10 — Joint Bandin and Eiectrical Isolation
2b 4. Secfion 33 04 ll— Corrosion Confirol Test Stat�ons
27 5. Section 33 OS 25 — Utiiity Markers/Locators
28 1.2 PRICE AND PAYMENT PROCEDURES
29 A. Measurement and Payrnent
30 l. Cathodit Pratection
31 a. Measurement
32 1} Measuretnent for fhis Item shall be by �ump sum.
33 b. Payrnent:
34 1) The work perfonned and materials f�rnished in accordance with this Item
35 shall be paid for at the lump sum price bid for "Cathodic Protectian" for
36 each materiai of utility pipa bid.
37 c. The price bid shali include:
38 1) Mobilization
34 2) Anode groundbeds
40 3} Anode test 5tations
41 4) Excavation
CITY OF FORT WORTH NORTk�P011�€TE 24-INCH WATER TRANSM15SlO�f MAlIV (N4-ltl)
STANBARD CdNSTRUCTION SPECIFICAT'IQN DpC�JMENT5 City Project No. 103505
Revised Decemher 20, 2012
330412-2
NEAGNESIUM AIVODE CATHODIC PRQT�CTION
Page 2 of 11
1 5) Furnishing, placeznant, and cQmpact.ion of backfill
2 6) Field welding
3 7) Connectia�ns
4 S) Adjustments
5 9) Testing
6 10) Ciean-up
7 I1) Start-up/Cnmmissioning
8 2. Soil Corrosivi In�esti ation xnd Cathodic Protection Desi
9 a. Measnretnent
I O 1) Measurezir�ent far this Item shall be b lu� sum.
11 b. PaYmeut•
12 I) The work erformed and materials furnished in accordance with this
13 Item shall be aid far at the Ium sum rice bid for "Soil Corrosivi .
14 Investi�atian and Cathodic Protection Desi�n".
15 c. The rice bid shall include:
16 1) Xn-Situ soil resistivitv tes#in�
17 2) Soil analvsis
18 3) Farei n utili inves#i ation
t9 4} SOiI CaX1"USlvitv rePorE
20 5) Cathodic p�rotection desi�n
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. AWG: American Wire Crauge
24 2, CS�: Copper/Copper Sulfate Reference Electrode
25 3. HM�+VPE: High Molecular Weig.ht Polyethylen�
26 B. Definitioz�s
27 1. Anoda: The �l�ctrode of an electrochemical cell at which oxidation occurs.
28 2. Cable/Wire: One conductor or multiple conductors insu2at�d from ane another.
29 3. Cathode: The electrode a�' an eIectrochemical cell at which reduction is the
30 principaI reaction.
31 4. Cathodic Polarizatian: The change ot� electrode potential in the negative direction
32 caused 6y direet current (DC) flow across the eleetrode/electrolyte interface.
33 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surfa�e by
34 making that surface the cathode of an electrach�mica! cel1.
35 6: Corrosion: Degradatian of a material, usually a metal, that resulis from a reaction
36 with 1Es environment. �
37 7. Corrosion Control �ngineer: NACE certified, license� engineer in the state of
38 Texas, ernployed by a Cozrnsion Engineering Firm.
39 8. Cortosion Engineering Fii�rn: Engin�ering firm in charge of the cotxasion protection
40 desigii on behalf of the Contractox.
41 9. Crit�rion: 5tandard for assessment afthe effectiveness of a Cathodic Protection
42 System.
43 1 Q. Current: Flow of electric charge.
44 11. Electrode: A conductor used to establish contact with an eleetrolyte and through
45 which current is transferred to or from an etectrolyt�.
CITY O� FOTZT WORTH NORTHPpLNTE 24-I1�iCH WATER "FRANSMISSION MA1N (N4-]A)
STANDARD CONSTRUCTION SFECIFICATION DOCUI�fENTS City Project No. 103505
Revis�d December 2Q, 2a1 �
33 Q4 12 - 3
MAGNESTUM ANODE CATHODIC YROTECTiON
Page 3 of 11
1
2
3
4
5
6
7
8
9
10
I1
12
13
14
15
16
I7
18
19
20
12. Electrolyte: A chemical substance containing ians that migrate in an elecfric field
{i.e., soil or water).
13. Foreign 5iructure: Any inetallic structure that is not intended as a part of a system
under Cathodic Protection.
14. Galvanic Anode: A matal that provides sacriftcial protection ta another metal #hat is
less active (more noble) when electricaliy coupled in an eleetroiyte.
15. Interference: Any electrical disturbance on a metallic structure as a result of stray
current.
16. Pipe-to-Electtolyte Pot�niial: Tha potential difference between the pipe and t�Ze
electrolyte tY►at is measured with referenca to an electrode in contact with the
electrolyte.
17. Polarized Patential: The potential across the stxucturelelectralyte interface that is
the sum oithe free corrosion potential and the eathodic polarizatian �
18.� Referenee Electrade: An ele�trode whosa open-circuit potential is constant under
sim.ilar conditians of ineasurement and is used to measure the relati�e potentials of
other electrodes
19. Stray Current: Current flow through p.aths ather than the intended circuit.
20. Voltage: Electro:motive force or difference is� alectrode poiential expressed in volts.
�. Reference Standards
1. NACE Interriational {NACE).
21 1.� ADMINISTRATIVE REQUXREMENTS [NOT USED]
22 1.5 SYTBNIITTALS
23 A. Submittals shall be in accardance with Section O1 33 Q0.
2�4 B. Al! submittals s3aa13 be approved by the C1fy prior to delivety.
25 1.6 ACTION SUSNIITTALSIINFORMATIONAL SUBNIITTALS
26
27
2S
29
30
31
32
33
3�4
35
36
37
3$
39
4a
41
42
43
A. Product Data
1. Submii product data far all components aFthe Cafhodic PrQtection System. Data
submitted shall inelude:
a. Anodas
b. Anode Test Stations
c. Wiring
cl. Splicii�� Mat�rials
e. Thermite Weld Materials .
f. Weld Coatings '
B. Shap Drawings
I. Soil Corrosivity Report sealed bv a Licensed Professional Enginee�r iin Texas
includi� :
a. Pe�orm in-situ spil resistivi test�in
1) Measure soil resistivi usin the Wenner four-eleetrode method alon
the ro osed. ali nment. The resistivi testin shall be conducted at
800 to 1 ODO foat intervals to a de th of 10�feet below rade or the
proposed T�ipeline deAih, whichever is shallower:
2} Collect samples at intervals of at least every S�Q — I_,040 linear feet.
CITY OF FORT WORTH 7�'ORTHPOINTE 24-iNCH WATER TRANSMiSSION MAIN (N4-1 A)
STANDARD CONSTRUCTION SPECIPTCATION DOCUMENTS City Project No. 103505
Revised December 20, 2U12
33D412-4
NIAGNE5IUM ANO1�E CATHODIC PROTECTION
Paga 4 of 1 l
1
2
3
4
5
6
7
8
9
ro
I1
12
13
14
15
16
17
f8
I9
20
21
b. Perform Soil Ana�vsis
1) Test collected sofl samples for satuz��ted resistivities, t�H, and
conee�trations of chlorides, snlfates, and bicarbonates.
c. Perform Forei�n Utilitv Investigation
1) Coordinate vvitla �arious utilities and a�eneies to maQ egistin� utilities
in the general �cinity of the proposed water fine. Identi�v existin�
assets �hat could otentzall im act the corrasian eontrol s stem for
th� qrop_osed water 1i11e.
d. RepOrt �
1} Prepare a soil corrosivity repart with inEernreta�ian and aqal�sis of the
in-situ soil res�stipity testinE, laboratory soil analvsis including sail
sampie resistivity_testing and ehezrtical analvsis. ar�d forei�n utilif�'
investi�ation.
Z) Discuss the de ree af corrosiui of the soil witt� res ect to ro osed
pipeline tnaterial. ,
3) Prnvide recpmmenciafio�ns for c�rrosion control af the ro osed
material optaon,
2. CaFk�adie Protection Desi n sealed b a Licensed Frofessional En ineer in
Texas includin :
a. Drawings in accordance r�vith �ections 33 04 10, 33 04 ll, aud this Section,
as reconnmended in the a roved Corrosivi Re ort.
22 C, ualification Statennents
23 1. Prior to erformin soil corrosivi testin and desi n of cathodic rotection
24 s stem su6mit uali�cations for Licensed Professioz�als in accordance with
25 Art�cle 1.9 of this Section for review and accentance b;v Cify.
26 1.7 CLOSEDCrT SiTBMITTALS
27 A. The results af all testing procedures shall be submitted to the Engineer oz' the City for
28 review and appro�al. Testing information requXred includes:
29 I. Anode groundbed current o�ttputs
30
31
32
33
34
35
36
2. Pipe-to-sail potentials
3. Results of interference testing
4, ltesul�s of electricai isolafi�on joint tests
S. Operati�g and maintenance instractions
�. Results of aIl t�sting axe tn be submitted to Owner for inclusion in the O&M manual.
C. �'rovide written docurnentation from the Corrosion Control Engit���r of any deficiencies
discovered during the post installation inspection.
37 1.8 11�A1NTENANCE MATERIAL S�(JBMI'T'TALS INOT USED]
38 1.9 QUALITY ASSURANCE
39 A. Qualifications
4p 1. Cathodic Pratection installer shall show adequate documented experience in fk�e
41 type of Cathodic Protec#ian work requirea for the project.
42 2. Licensed Pra%ssion.ais
CITY OF FdRT WORTH NO1�TT-iPOINTE 24-INCH WATER TRANS.MI55SON MAIN (N4-lA}
STAI�IDFIRD CONSTRUCTION SP�CIFICATIqN DOCUMCIVTS City Projec.t No. 1035OS
Revised Dacember 20, 2012
33Q412-S
MAGNESIUM A3+TODE CATHQDIC PROTECTION
Page 5 of 11
1 a. Professianal erformin Soil Corrasivi Testin and Cati�odic Prfltection
2 Desi �u shall submit receni ro'ect ex erience indicatin a minimum of i"ive
3 5 ro'ects wxfh siumilar size material and len th of ro osed i in
4 desi�ned iu Ehe last three (3)years.
5 B. Certif catiQn.s
6 i. Th� Contractor snall, upon request by City, furn.ista manufacturer's certified test
7 reports that indicat� that anodes meet Speciitcatio:ns and that all tests have been
8 performed in accordance with the applicable standards.
9 1.14 DELNERY, STORAGE, AND HANDLING
10 A. Delivery of Cathodic Protection materials shall be coordinated by tlae Contractor.
11 B. Storage and Handlzng Requirements
12 1. Secure a�d maintain a loeatitin ta store the mate:rial in accordance with 5ection O1
13 66 OQ.
1� C. Packaging Waste Management
1� 1. Dispose ai anode and thermite weld material packaging properly and remove from
16 ihe job site a$er installation is cornplete.
17 l.11 FIELD [SITE] COND�'IONS [NOT iTSED]
18 1.12 WARRANTY [NOT USED]
19 PART 2 - PRODUCTS
2Q 2.1 4WNER rLTRNISHED [ox] OWNER-SYTPPLIEDPRODUCTS [NOT USEDj
21 �.2 MATERIALS
22
23
24
25.
26
27
A. Sacrificial AnQdes - Magnesiurn
1. Magnesium Anodes
a. Use higli potenfial prepackag�d Magnesium Anodes.
b. The metallurgical composition of the Magnesium Anodes shall canform to the
faliowing:
Eleme�t Co�uteni %
Ai 0.0 i
IVIn D.50 to I30
Cu 0.02 Ma�cimuz�a
Ni 0.001 Maximum
Fe 0.03 M�imum
Other O.aS Each or 0.3 Maxixnum Tota1
IWIa nesium Remainder
28
29 2. Magnesium Anode Curren.t Capacity
CITX O� FORT WORTH NORTHI'OINTE 24-Il�CJ-I WATEA TRAN5MISSION MA1N (N4-1 A)
5TA]Vi}A RD CONSTRUCTION SP�CiFICATION DOCUMENTS City Prajec# No. 103505
Revised December 20, 2012
33oa�z-6
MAGNESIUM ANQDE CATHODIC AROT�CTION
Page 6 of 11
1
2
3
4
5
6
7
8
9
ld
i1
12
T3
14
15
I6
17
�. Magnesium Anodes require a current capaczty of no less than 504 amp-hours
per poiand of magnesium.
3, Anode Backfill Material
a. Use chemical backfill material around all galvanic anodes.
b. Backfi�l provides a reduced contaet resistance to earth, provides a uniform
environment surrounding the anode, retains moisiure around the anade and
prevents passivaxion of the anode,
c. All galvatzic anodes shall come prepackaged in a back�ll material canforming
to the �'allowing composition:
1) Ground hydrated gypsum: 75 percent
2) Powdered bentanite: 20 percent
3) Anhydrous sodium sul�ata: S percent
4) Have a grain size backfill such that l OG percent is capable af passing
through a 2Q-mesh screen and �50 percent is retained by a 100-mesh screen.
d, Connpletely surround �ihe anode with the back�ll mixture within a cotton bag.
e. Fnr cast magnesium ingots, the required w�ight of backfill shall be as fol�ows:
Anode Weight Back�ll Weight Total Weight
ounds Pauuds ounds
I7 44 61
2D 50 7D
32 5$ 90
40 �5 105
48 48 96
60 7� 130
18
I9
20
21
22
23
24
25
4. Anode Lead Wires
a, For the lead wire for the Magnesium Anodes, use a 1D-foot length of No. 12
AWG solid cnpper wire equipped with TW of THW in.sulation.
5. Lead Wire Connection to Magnesium Anode
a. Cast Magnesium Anades with a 20 gauge galvanized steel cor�.
b. Extend 1 end of the care beyond the anode for the lead wire cozxnection.
c. Silver-solder the lead wire to the core ancE fully insulate the connection.
B. Splicing Tape
26 1. Tape used for covering anode �earl wire to anode header cable eonnections shall ba
27 2 Iayers of Scoich 130C rubbar splicing tap�, then Z layers of Scotch 88 vinyl '
28 electrical tape as manufactured by 3M Scotch, or approved equal.
29 2. Tapad splices shall be covered with a coating of 3M Scotchkote electrical coating,
3a or appraved equal.
31 C. Crimping Lugs
32 1. Crimping lugs �ased to eannect the anode lead wire to anode header cable shall be
33 copper compression crimpit Catalog No, YC10CI0 as manufactured b� Buzndy, or
34 approved equal.
35 D. Anode Header Cable
3b 1. Anode header cables routed betw�an the anode groundbed and the test stations shaIl
37. be #10 AWG stranded copper condqctors with type HMWPE insu.lation (b�ack}.
38 E. Anod� `X"est Stati.ons
CITY OF FORT WOTLTH N�RTHPOINTE 24-IfYCH WATER TR�N5MIS5ION MAIN (1�T4-1A)
STAt�TDARD CONSTRUCTION SPECIFIGATIQN qOCI7MENTS City Project No. 103505
Revised December2D, 2D12
33 04 12 - 7
MAGN�SIUM ANODE CATH�DIC PROTECTI0IV
Page 7 of 11
i�
1 1.
2
3 2.
4
5 3.
6
7
S 4.
9
1p S.
Test staYions shall consist of test wires, a terminal head and a traffic box as shown
on the Drawings.
The terminal box sk�all be a 7 terminal NM-7 with cast iron. lockahle lid as
manufactured by CP 'I'est Services, or agproved equal.
The Precast Concreta traffic box shall be a 10.25-inch dianaeter 3-RT with a cast
iron cover marked "C� Test" as manufactured by Brooks Products, Inc, or approved
equal.
If the area is not paved, the test station sha11 be installed in a 24-inch x 24-inch x d-
inch square concrete pad.
Install a marker sign adjacent ta a11 flush-mounted test stations.
11 F. Shunt
12 1. Monitaring shunt shall be a O.OI ohm Type RS shuni as man►afactured by
13 Hollaway, ar approved egual.
14 2. There shall be at least 1 shunt in each Magn�sium Anode test station.
15 G. Test Lead Wire
lb 1. Test siatian Iead wires sha1I be #12 AWG stranded copper cable with type TW,
17 THW ar THHN insulation, black in calor.
18 H. Permanent Reference Electrode
l4 1. The permanent reference electrode shall be a copper sulfata Permacell P1us double
2U xnembrane ceramic c�ll in a geomambrane package, as manufactured by Carrpro
21 Companies, Inc., or appz'aved eyual.
22 2. The permanent refer�nce electrode sha11 be equipped u�1th No. 14 AWG stranded
23 copper wire with blue HMWPE insulation of suitable length to attach to the
24 term.inal board af the test station.
25 I. Marker Sign
26 1. Provide marker sign in accordance wi�h Sectinn 33 QS 26.
27 2.3 ACCESS�RIES [NOT USED]
28 2.4 SOURCE Q[TALITY CUNTROL [NOT USED]
29 PART 3 � EXECUTIDN
3D 3.1 �.NSTALLERS [NOT i7SED]
31 3.2 EXAMINATION [NOT USED]
32 3.3 PREPARATXON [NOT iTSED]
33
34
35
36
37
38
39
3.4 INSTALLATx4N
A. Installation of Sacrificial Anodes
1. Placement
a. �ach anode shall be installed vertically i�a a 12-inch diameter by 1D foot deep
hole or by trench mainiairning the same spac�ng as shown on t�e Drawings.
b. Centerline of the anode shaIl be at a minimum of 10 feet from the cente:rline of
the pipe.
�
CITY OF FORT WORTH MORTHPOTNTE 24TNCH WATER TAANSMISSION NJAIN (N4-SA)
STANDARD CONSTRUCTIO�T 5PECiFICATION DOCUMEI�'T5 City Project Np, 103505
Revised December Z0, 2Q12
330412-8
MAGNESIEJM ANOAE CATHODIC PROTECTTON
Page 8 of 11
1 c. Anodes shaIl be installed within. th� pipeline right-of-way.
2 2. Augured Hole
3 a. The anode hole d.iameter sha11 easily aecommodate the anode.
4
5
6
7
S
9
10
11
12
13
14
15
16
l7
IS
19
zo
21
22
23
24
25
26
27
28
29
30
, 31
32
33
3, Backtilling
a. After the hole is augured, the packaged ar�ode shall be lowered inta the hole and
the soil shall be firmly tamped around the package so ihat it is in intimate
contact with th.e package.
b. Pour a minimurn of 5 gallons of water into the anade hola.
c. BackfiIi tt'ce remalnder of the ariode hoIe.
�. Anode Lead Wire
a. Lead wires from the anodes shall be run underground at a rz�inimuzn depth of 24
inches.
b. Each anode lead wire shal� be connected to an anode header cable as indicated
on the Drawings.
5. Handlir�g
a. Anodes sh�11 be handled in a mannex that will avoid datnaging anode materials
and wire connections.
B. Insfal�atian af Pertnanent Anode
I. Location
a. Install 1 permanant copper sulfate reference electrode at eaoh anode ground
bed.
b. The permanent reference electrode shall be within 6 inches of the pipe at pipe
depth.
e. Prepare and install the permanent refer�nce electrode in striot accordance with
the manufacturer's recommendations.
2. Piaceznent
a. Plaee the permanent reference electrode in the same ditch with the water Iine
and carefully covered with the same soil as the pipeline backfill,
3. Lead Wire
a. Protect the permanent z'�ference eleetrode lead wire during back�ll op�rations
and route to the test station along with the water Iine test leads and anade
ground bed cables. .
C. Installation af Wire and Cab�e
34 1. Depth
35 a. All underground wire and cable shall be installed at a minimum of24 inches
35 below final grade with a.minimum separation of 6 inches from other
37 underground structures,
38 2. Anoda Heade:r Cable
39 a. �ach anode lead wire shall be connected'to a#10 AV�IG/HMWPE header cable
40 which shall be rauted into a flush-to-grade test station.
41 3. Anode Lead Wire to Header Cabie Connection
42 a, Each anode Lead wire to header cable connection shall be made using a copper
43 compression connector.
44 b. Each connection shall be taped using rubber tape, vinyl tape and coated wi#h
45 Scotchkote electrical coating as shown on the Draw�ngs.
46 4. Anode-to-Pip�line Connection
CITY QF FORT WORTH NOATHPOTNTE 24-INCIi WATER TRANSIYiISSI�N MAIN {N4-LA)
STANDARD CONSTRUC'I'IpN 3PECIFI�ATION DiOCUMENTS City Project No. ] 035D5
R�vised Decembar 20, 2012
33 04 12 - 9
MAGNE3iUM ANODE CATHODIC P1tOT�CTIdN
Page 9 of 11
1
2
3
�
5
6
7
8
9
10
11
12
13
14
15
16
17
18
I9
20
21
z2
23
24
25
26
a. Connect each group of ariodes to the pipeline thraugh a test station as shown on
the Drawings.
b. A O.pl ohm shunt sha11 be used to coz�ect the anode header cable ta tk�e
p[peline as shown on #he Drawings.
5. A 3-inch wide, yelIow, non-detectable warning tape �abeled "Cathodic Protection
Cable �uried Below" shall be buried at a deptia of 1$ inches belaw the surface and
along the length of all Cath�dic �z'otection cable trenches.
D. Test Lead Wire Attachrrrent
1. Test lead cables sha11 be attached to thre pipe by thermite welding.
2. Tk�e pipe to which the wiras are to be attached sha1S be clean and dry.
3. A grinding wheel sha11 be used to remave all coating, mili scale, oxide, grease and
dirt from the pipe over an area approximately 3 inches square.
a. The surface sha11 be clean�d to bright metal.
4. The wi.res ta be thermite welded to the pipe shall have appro�mately 1 inch of
insulation removed from each end, exposing clean, oxide-free copper �or welding,
S. Charges and Malds
a. Weld charges and mold size shall be as speci�ed by the manufacturer for the
specifc surface coniiguration.
b. Care sha11 be taken during znstallation to be sure correct charges az'e used.
c. Welding charges and moIds shall be the product of a manufacturer regularly
engaged in the production of such rnaterials.
6. Using the prflper size thermite weId mold as recommended by the manufacturer, the
wire shall be placed between the graphite mold and the prepaxed metal surfaee.
7. T�e metal disk shall be placed in the bottom of the tnold.
8. The eap from the weId ch.az'ge container shall be removed arfd the canten#s poured
into the mo1d.
27 9. Squeeze the bottom of thc r�+eld charge container to spread ignitioz� powder over the
28 charge.
29 10. Close the mold cover and ignite fihe starting powder with. a flint gun. The mold
3D should be held firtnly iva place until a11 ofthe charge has burned and the weld has
31 cooled slightly.
32 11. Remove the thermite vveld mold and gently strike the. weld �vith a hammer to
33 remove the weld slag.
34 12. Pu11 on the wire to assure a secure connectian.
35 13. If the weld is not secure or fhe wire breaks, repeat the procedure.
3b 14. [f the weld �s secure, caat alI bare metal and vsreld metal with Stppaq C'L tape, or
37 approved equal.
38
39
40
41
42
43
4�}
E. Flush-to-Grade Anode Test Statiaz�s
1. Flush-io-gade anode test stations sha1l be installed as shawn on the Drawings.
2. Test stations shall be instailed in a 24-inch x 24-inch x 6-inch square concrete pad.
3. 5ufficient slack shali be coiled beneath the test sta#ion to allow far soi! settlement
and to prevent datnage to the leads during backf'illing.
a. Additional slack shall be left to a1low for withdrawal of the terminal board a
minimum af 12 znches above the top af the concrete pad �or test putpases.
CTTY OF FO1�T WORTk� I�ORTHPOINTE 24-INCH WAT�R TRANSMI53ION MAiN (N4-IA)
STANDARD CONST'RUCT70N SPECIFICATION DOCUMEI�TS City Prnject No. 103505
Revised Decemher 24, 2D12
3soatz-io
MAGNESIUIVI ANpDE CATHODIC PROTECTION
Paga ] 0 of ] l
1 F. Post Installation Backfilling of Cables
2 1. General
3 a. During the backfilling operation, cables shall be protected to prevent datnage to
4 the wire insulation and conductor integrity.
5 3.5 REPAIR
6
7
8
:7
10 3.G
A. Cui wires shall be spliced by using a copper compression conr�ector.
1. The canr�ection shall be co:mgletely sealed against maisture penetration hy the �zse
af rubber tape, vinyl tape and Scotchkote electrical coating.
B. Damagad or missing test station cornponents shall be replaced by equaJ components.
RE-INSTALLATION jNOT USED]
ll 3.7 FIELD QUALITY CONTROL �
i2 A. Pield Tests and Inspeetions
13 1. AlI components ofthe Cathodic Protection System shall 6e �isuaIly inspected by
14 �he City prior to commissioning af the system.
I5 3.8 SYSTElYI STARTiTP
15 A. General
17 1. The Cathodzc Protectian System shall be inspected, energi�ed and adjusted
18 {cammissioned) as soon as possible af�ar �he Cathodic Protectian equipm,�nt has
19 been installed.
20 �. Equipment
21 1. All Cathadic Protection testing ins.tzuznents shall be in proper working order and
22 calibrated according to factory speciftcations.
23
24
25
26
27
28
29
3D
31
32
33
34
35
35
37
38
39
40
C. Commissioning
1. The commissiaaaing o�"the Cathodic Protection System shalI b� performed by, or
under the direct sup�rvision of, the Corrosion Engineering �'irzn qualiiied to verify
compliance wit� this Speciiication and with the referenced cnzrosion control
standards set forth by NACE International.
D. Method
1. Measure native state structure-ta-soil potentials along the water line using the
permanent reference electrades at each anode test station and a portable reference
electrode at aIl ather test stations and at above �rade pipeline appurtenances.
2. �nergize the Cathodic Protection Sy�tam by colu�.ecting each Magnesiurn Anode
�raundbed to the pipeline lead in the test statinn j unciian box by means of a 0. Q I
ohzn shunt.
3. Record �ach anode groundbed current using the shunt.
4. Allow sufficicnt time for the pipeline to palarize.
S. Adjust, ifnecessary, th� Gathodic Protection curreni autput in each anode test
station to satisfy the 100-mV polarization shift criterian or tha -850 mill.ivolts-C�E
polarize.d patential criterion as established by NACE Inteinational standards.
6. Record alI final curren# outputs nn�asured at each test station.
CITY pF FQIZT �iVp1iTH NORTHPOIN'I'F. 24-CNCH WATER TitANSMISSION MAIN (N4-lA}
STANDARD COATSTRUCTION SPECIFICATIQN DOGUME�TTS Ciry Project No. 103505
Kevised Decemher 2p, 2012
330412- ll
MAGN�SIUM ANODE CATHp➢IC PROTECTIDN
Page 11 oF I 1
i 7. Verify that aIj eIectrical isolation devsces are operating properly ir�cluding flange
2 isalatars and casing spacers.
3 $. Verify that interference does not exisY with fareign structures.
4 9. Perform j oint tests with owners of the fareign structures (if any) and mitigate any
5 int�z�ere�zce detected.
6 1Q. �f necessary, install resistance bonds to mitigate interference.
7 1 I. Inter%rence testing coordination with the owners of foreign structures is the
8 respansibility of the Cathodic Protectio:n tester.
9 E. Verification and Responsfbilities
10 I. Contractar shall correct, at his expense, any deficiencies in materials or insta3lation
11 proeedures disco�ered during the post-insta�lation inspection.
i2 39 AIIJUSTING [NOT USED]
13 3.10 CLEANING [NOT USED]
14 3.11 CLOSEOUT ACTiVI�`XES [NOT USED]
15 3.12 PROTECTION jNOT USED]
16 3.13 MAINTENANCE �NOT USED]
17 314 ATTACHMENTS [NOT USED]
18
END �F SECTION
Revision Log
DATE NAME SUMMARY OF CI�INGE
19
CITY OF FqRT WORTH NdRTiIPO1NTE 2A-IAfCH WA'FER TRANSMTSSION MAIN (N4-lA)
STANDABD CONSTRUCTION SPECIFICATION DOCUMENTS Ciiy Project lrfo. 103505
Revised December20, 2012
330410-1
JO1NT BOiVDING AND ELECTRICAL I50LATION
Page i of S
2
SECTION 33 0� 10
J�INT BONDING AND ELECTRICAL ISOLATIQN
3 PART 1- GENERAi,
4 1.I SUMMARY
5
6
7
8
9
1p
11
12
13
14
15
16
17
zs
A. Section Includes:
1. Joint bonding requirements f'or elecirical continuity of:
a. Concrete cyl.ir�der pzpe
b. Mortar coated steel pipe
c. Dielectrically coated steel pipe
d. Ductile irnn pipe, as required on Drawings
2. Electrical isolation devices for installation �t:
a. Connections to exlsting piping
b. Laterals
a Cased crossings
d. Tunnels
e. Sel�cted below grade io above ground piping transitions
B. Deviatians frona this City of Fort Worth 8tandard Specification
1. None.
14 C. Related Speeification S�c�ions include, but are not necessarily limited to:
20 1. Division 0— Bidding Requirements, Cnntract �`orms, and Conditions ofthe
21 Contract
22 2. Division 1— General Requirements
23 3. Section 33 05 24 — Insta�lation of Carrier Pzpa in Casing or Tunnel Liner Plate
24 1.2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�40
A. Measurement and Payment
I.
2.
�
When a pay ite�n for Cathodic Protection exists:
a. Measurement
1) This Item is subsidiary to Gathodic Pr�tection construction.
b. Payment
1) `I'he work performed and materials furz�.is�aed in accordance vvith tlus Item
are subsidiary ta the lump suxz�. �rice bid for "Cathodic Protection" for each
material of utility pipe bid, and no other compensation vvill be allowed.
When a pay item far Cathodic Pratection daes not exist:
a. Measurement
I) Measurement for this Item is by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this Iten:x
and measuted as provided under "Maasurement" will be paid for at the
lump sum price bid for "Joint Bonding and Electrieal Isolation".
The price bid shall inctude:
CITY OF FORT WDRTH NOATHPOINTE 24-INCH WATER TRANSMT55ION NEAIN (N4-lA}
STANDARD CbN5TRUCTION SPECIFICATIQM DOCUItirI�NT5 City ProjectNa. L03S05
1Zevised December 20, 2U 12
33041D-2
JOINT BdNDINGAND ELECTRICALISOLATION
Page 2 of 6
1
2
3
4
5
b
7
8
9
10
11
12 1.3
13
I4
IS
16
17
18
19
20
a. FLirnishing and installing Joint Bond�ng at�d Electrical Isalation as specified by
the Drawings
b. Mobilization
c. Excavation
d. Furnishzng, plaeement, and compactian af backfill
e. Field welding
f. Connections
g. Adjusttnents
h. Testing
i. Clean-up
j. Start-up/Commissioning
REFERENCES
A. Referenca Standatds
I. Reference staraciards cited in this �pecification refer to the current reference
standard published at the t.ime ofthe latest revision date iogged at the end ofthis
Specification, unless a date is specifically cited.
2. ASTM Intemafional (ASTM),
3. Arnerican Water Works Association (AWWA);
a. C2�7, Steel Fipe Flanges for Watezworks Service - 8izes � IN through 144 TN.
4. NACE International (NACE).
Z1 l.4 ADMINISTRATIVE REQUTREMENTS [NOT IISEDj
22 1.5 SUBMITTALS
23 A. Subzn.zitals shall be in accordance with Sectian O1 33 00.
24 B. AIi submittals slaall be approved by the City prior to delivery and/or fabricatian for
2S specials.
2b 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL,S
27 A, Product Data
28 1. Manufacturer's catalog cut sheets shall be submitted for each itam.
29 a. Include the manufacturer's nat�ae and provide sufficient information to show
30 that the materials meet the requirements o�the Contract Documents for:
31 1} Flar�ge Isolation
32 2} Bonding Cligs for Concrete Cylindar Pipe
33 3) Petrolattunx tape
34 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly
3S identify the item proposed.
36 B. Test and Evaluation Rapo�ts
37 1. Record results for the Post-Installation Thermite Weld Inspectia�c atxd sub�it ta the
38 City for approval prior to back�liing.
39 2. Record results for bonded joint testing and submit ta City for approval prior to
4D backfilling,
41 3. Record results far tb.e continuity test for casing to carrier pipe and submit to the
42 City for approval prior to backfilIing.
CITX OF FORT 4VORTH NOlYTHPOINTE 24-INCH WATER TRAN5MT55IOlv MAIN (N4-lA)
5TAN37ARD CONSTRUCTIOI� SPECIFICATION I�OCUMEtdTS City Prajeet No. I03505
Rev ised Decem6er 2D, 2D 12
��aaio-3
7�I�1T BON�I3VG AND ELECTRICAL 150LATION
Page 3 of 8
I �..7 CLOSEOUT SiTBN1ITTALS
2 A. Test results for eIectrical continuity, flange isolation and casing to carrier pipe isolation
3 shall be submitted �o the City.
4 B. Results of all testing are to be submitted to City for inclusion in the O&M m.at�ual.
5 l.$ MAINTENANCE MATERI�AL SUBMITTALS [NOT USED]
b 1.9 QUALITY ASSiTRA.NCE [NaT USED]
7
8
1.1Q DELIVERY, STORA,GE, AND HANDLING [NOT USED]
1.�1 FIELD [SITE] CONDXTXONS [NOTUSED]
9 1.12 WA�tRANTY [NOT USED]
ia PART z - PRODUCTS
11
12
�.1 O'�'VNER-FURNISHED PRODUCTS [NOT USED]
2.2 MATERIALS
13 A. Jaint Bondiqg and E�ectrical Isolation Materials to be incorporafied into tne project
14 include, but are not limited to, the followizlg:
l 5 i. Eiectrical continuity bonds
16 Z. Flange isolation assemblies
17 3. Casing spacexs
18 4. Casing end seals
19 B. Electrical Continuity Bonds
2D 1. Applications for Electrieal Continuity Bonding include the %llawing:
21 a. Bonding across bolted joint assemnnbIies
22 b. Bonding acrass gaskated joint assemblies
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
C. Flatage Isolation
1. Required applications nf dieIectric flange isolaiion assemblies include, but are not
limited to, selected locations where new piping is mechanically connected to
existzng piping. '
2. Gasket
a. Isalating and seal gasket
b. G-10 Epoxy Glass material
c. FuII face
d. 1/&inch thickness
e. Use wiih a minimutr� of 1 EDPM sealing element placed in a tapered groove.
� NSF 61 certified
g. A miiiimum of $00 volts/mi1 dielectric strength is requi�ed.
h. Flange shall seal for the test pressure without leaking.
3. Sleeves
a. Provide fuli jength my�ia.r sleeves.
4. Washers
CITY OF FaRT WORTH NOKTHPOINTE 2�F-INCH WAT�R TTtA3V3NII5510N Iv,[AiN (N4-lA)
STAi�fDARD CONSTRACTION SFFCIFlCATION AOCUMENTS City Project No. 103505
Revised Deeem6er 20, 2012
330410-4
JOINT BONDING AN� ELECTRICAL ISOLATION
Page 4 of S
a. Provide double G-10 washer sets.
2 D. Casing Spacers
3 1. For piping insta[led in tun.n�ls or cased crossings, install casing spacers between the
4 piping and the casing or tuntiel liner to provicfe eleetrical isolation iz� accordanee
S vvith Sec#ian 33 OS 24.
G E. Casing End Seals
7 1. See 5ection 33 05 24 faX casing end seais.
8 2.3 ACCESSORIES [NOT U�ED]
9 2.4 SOiTRCE QUALITY CONTROL [NOT U�ED]
1D PART 3 - EXECUTION
11 31 INSTALX,ERS [NO'1' USED]
12 3.2 EXAMINATZON [NOT iTSED]
13 3.3 PREPAl2ATXUN
14 A. Preparation of Concrete Pipe for Bonding
I5
16
I7
18
19
ZO
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
3b
37
38
39
aa
�I
42
�
�
General
a. Fabrication
1} Use concrete pipe for this praject that has been fabricated zn such a manner
as to establish electrical continuity between metaIlie components of pipe
and joints.
b. Acceptable Methods
1) Establish electrical continuity as indicated in the Contract Documen#s.
Criteria for El.eetric Continuity
a. Tensile Wire
1) Pipe manufacturer is to obtain a resistance no greatez' thaa� 0.03 ohms
between,any t�vire and steel joint ring at end of �aipe farthest from that wire.
2) Manufacturer is ta report values obtained and method af zneasurement.
b. Internal Pipe Joint Components
1) Pipe manufacturer is to obtai.n resistance of less than 0.03 ohms between
any companent and steel �ipe cylinder.
Tensile Wire Continuity
a. Establish continuity between tensile wiz'� coils and steel cylinder on embcdd�d
cylinder type pre-stressed pipe by tightly wrappi�zg tensite wire over
langitudinaI mild steel straps during pipe manufacture.
b. Use �n.d insta112 continuous s#raps 180 degrees agart longitudinally aIang the
pipe.
1) These straps must maintain electrical continuity between zzietallic
components,
c. Use steel straps made of mild steel axid free of grease, mill scale or other high
resistance deposits.
d. Make longitudinal straps elecirically continuous with pipe cylinder by steel
fasteners of sui#able dimensians plac�d between steel cylinder and longitudinal
straps,
CITY OF PdRT WORTH NORTkIPOINTE 24-IlVCH WATER TKANSMISSION MAIN (Nq-lA)
STANDARD CONSTAUCTION SP�CIFICATION DOCUMENTS City Project No. 103505
Revised ➢ecember 20, 2012
330410-5
JOINT BOI�II)ING AND BLECTRICAL ISOLATION
Page 5 af 8
1
2
3
4
5
6
7
1) Connecf fasteners so as ta rez�ain intact during pip.e fal�rication p.rocess.
�4. Steel Cylinder Continuity
a. Establish continu.ity of ail joint co�a�ponents and steel cylinder.
1} These componenis include anchor sacket hrackets, anchor sQckat, spigoi
ring and be11 ring.
b. If inechanical contact does not provide a resistance of less than 0.43 ohms
between compo�ents, tack weid coznpanent to pravide electrical continuity.
8 B. Preparation of Sfeel Pipe far Bonding
9 1. Bonding wires are not required for welded steel pipe.
10 2. Mechanicai jointed steel pipe requires the installafiion of bond wires across the joint
l 1 as shown an the Drawings.
12
13
14
15
I6
17
18
19
20
21
22
23
24
25
26
27
C. Preparation of Ductile Iron Pipe �or Bonding
1. Install insulated bond wires as shown on the Drawings.
D. Electrical Bond Wires
1. Electrical bond wires are to he a minimum Na. 4 AWG, 7 stranded, capper cable
with THHN insulation.
Z. Remove 1 inch of THFIN insulation from each end oithe bond wire.
3. Thermite weld the bond wires to the pip�line.
4. Provide the minimum number of bond wires as shown on Drawings for steel or
ductile iron pipe.
E. ElectricaS Bond Clip
1. Weld 3 ASTM 366 steal bondiag clips, each approxitriately O.I3 inches thick, 2.5
inches long, and i.25 inches wide, wit� 118-inch fillet welds to the ball ar�d spigot
of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed
joints.
2. Manufacture clips to maintain co:ntinuity regardless of small deflections of �irushed
j aints.
28 3.4 INSTALLATIQN
29 A. Installation of Electrical Continuity Bonds by T'hermite Welding
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
I.nspectlon
a. Use coniinuous bond wires with na cuts or tears in the insulatian covering f1�e
canducYor.
2. General
a. Attach bond wires at required lncations by thermite welding pr�cess.
3. Thermite Welding Methods
a. Perf�ortn thermite welding of bond wires ta piping in the following manner:
1) C1ean and dry pipe to which th� wires are to be attached.
2) Use grinding wheel to remov� all coa.ting, mi11 scale, oxide, grease and dirt
from an area appraxinnately 3 inches square.
a} Grind surface to briglat metal.
3) Remove approximately 1 inch af insulation from each end of wire to be
thertnite welded to pzpe exposing clean, axide-free copper for welding.
4) Select proper size therm.ite weld mold as recommended by manufacturer.
Place wire or strap between graphite mald and the prepared meta! surface.
CITY OF FORT WORTH NQRTHPQINTE 24-INCH WATSR TRANSMISSIQN 1VfAIN (N4-lA)
5TA1�iDART� CONSTRUCTION SPECIFICAT'IQN DOCUMEFVTS City Praject No. 103505
Revised Decem6er 20, 2012
330410-6
7011VT BOIVDING A�TD ELECTRICAL I50LATION
Page 6 of 8
1 5) Place rnetal disk in bottam of mold.
2 b) Your thermite weld charge in#o the mold. Squeeze bottom of cartridge ta
3 spread ignition powder over charge,
4 '7} Close mold cover and ignite s#arting powder with flint gun.
5 8) Af�er exothert�nic reaction, remove thermite weld mold and gently strike
6 weld with a hammer to remove weld slag,
7 9) Pu11 an wire oz- strap to assure a secure connection.
8 I �) If weld is not secure oz' the bond breaks, repeat procedure with new wire.
9 11) Ifthe weld is. secure, coat all bare metaI arid weld metal wiih Stopaq CZ
10 tap.e.
I1 4. �ast-Tnstallation Thermite Weld Itzspection
12 a. Coz�tractor is responsible for all t�sting.
13 b. All testing is to be perfor�ned by or under the supezvis.ion of certif ed NACE
14 persannel,
1S c. Visually exaxnine each thermite weld connection for strength and suitable
16 coating prioz'to backfilling.
17 d. Measure resistance through selected bonded joints with a digital low resistance
I8 ohmmeter (DLRQ}.
19 1) Resistance of 0.001 oiuns or less is acceptable.
20 2) Iithe above procedure indicates a poor quality bond connection, reinstall
21 the bond.
22 3} Recnrd results and suhmit to the City far approvaI prior to backfilling.
23
24
25
26
27
2S
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
S. Backfilling of Bonded Joints
a. Perform backfilling of k�onded piping in maru�.er that prevents damage to the
bonds and alI connections to the metallic sttuct�res.
b. Use appropriate bac1c�11 material to completely aover the electrical bond.
e. Frovide protectian s.o that future canstruction activities in the area will not
destroy the bonded connections.
d. I� construction activity damages a bonded connection, install new bond wire.
B. Installation of Pipeline Flange Isalatian Devices
Placernent
a. Install isolation joints at the locations shown on the Drawings.
2. Assembly
a. Place gasket, sleeves and washers as recamm�end�d by the manufacturer.
b. Follow manufacturer's recornmendations for even tightening to prc�per torque.
3. Tasting
a, Immediateiy after an electrical isolation fitting has been installad, contaGt the
City to perform testing for electrical isolation effectiveness.
4. Paint�ng
a. Do not use metal base paints on electrical isolatian de�ices.
5. Encapsulatiort
a. �ncapsulate below-grade isolation joints with the Denso Densyl Tape system
ai�er tha isnlation joint has been tested far effectiveriess.
C. Installation of Casing Spaoers
1. Casing spacers shaIl be installed in accordance r�ith Section 33 OS 24.
D. Instal�ation of End Seals
C1TY OF FORT WORTH NOIiTHI'OINTB 24-INCH WATER TIt�,N5MI5SION MAIId {N4-1 A)
STA1�iDARD CONSTRUCTI�N SPEC[FICATTON DOCLdMENTS City Project No. 1035fl5
Revised December 20, 2012
330410-7
701NT HONDING AND ELECTRICAL I50LATIQ3�i
Page 7 of 8
1 1. End seals shall b� installed in accordance with 5ection 33 OS 24.
2 3.5 REPAIIt / RESTORATION [N�T L1SED]
3 3.6 RE-INSTALLATION [NOT USED]
4 3.'� FXELD QUALITY CONTRUL
5
6
7
8
9
10
11
I2
13
14
15
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
A. `Testin� of Jaint Cantinuity Bonfls and Isolation loints
1. After the completion ofthe coniinuity bonding of individual joinis, but before the
pipa is backfilled, each bonded joint shall be iasted for electrical continuity.
2. A DC current shall be impressed on the pip� on 1 side of the joint tander test using a
portable 12-volt battery and a driven gtound rod. The hattery shall be connected
such that the positive terminal is con.n�cted to the ground rod and the negative
ter�znal is connected to the pipe section under test. T�e magnitude of test current is
not zznportant as long as it causes a change in pipe-to-so�l potentiai on the section of
pipe that is in the iest current circuit.
3. The pipe-to-sail potential shall be tn.easuz'ed on each side of tlte isolatian joznY using
a high impedance voltineter and portable copper/capper sulfate reference electroda
with the test current "on" and "off'.
4. A joint is considered electricalIy continuous if the "on" and "of� potentials are the
same on either side of the joint under test.
5. This same procedure shall be used to test indi�idual isolaiion joints except that the
jaint is considered effective if ihe pipe-to-soil patential is not the same when
measuced on each side of the joint �uh�n tlae tesi current is "on".
6. Record results and suhmi� in accordance with this Specif cation.
B. Casing to Carrier Pipe Isolation Tests
1. Imrnediately after the pipe nas been instalIed in the casing, but prior to connecting
the line, make pipe available far testing and contact tl�e City to perfoxxn an electricaI
continuity test to det�rmzna that the casing is elecirically isolated from the pipeline.
2. The continuity tesi shaJ.l be fully documented and approved by the City prior to
backfilling. � '
3. Recard results and subm�t in accordance with this Specification.
4. If the electrical isolation batween carrier pipe and casing is not eff�ctive, the cause
shafl be irrtmediately investigated and the situation remedied.
5. Under no circumstances'shall a sharted casing be back�illed.
33 3.8 SYSTEM STARTUP [NOT USED]
34 3.9 ADJUSTING [N�T USED]
�
c�.
37
3.10 CLEANING [NOT USED]
3.11 CL�SEOUT ACTIVITIES [NDT USED].
3.1� PROTECTX�N [NOT TJSED]
38 3.13 MA.XNTENANCE [NOT USED]
CITY OF F�RT �IORTH NQRTHPpINTE 24-INCH WATSCt TRANSMISSION MAIN (N4-lA)
STA?VDAIiD CON3TRUC"CIOl� SPECIFICATION DOCi1MENT5 City Project No. 1D3SOS
Revised December 20, 2�012
33U410-S
JdINT BONDING ANI] ELECTRTCAL ISOLATIOIY
Paga 8 of 8
3.14 ATTACHMENT� jNOT IISED]
END OR SECTION
lZevision Lag
DATE NAME
12/20120I.Z D.�ohnson
4
SUIvIMARY OF CHANGE
2.2.0 - Modified material specifications for gaskets, sleeves and washers
CITY OP FOAT WORTH NdRTHPOINTE 24-TNCH WATETi TRAI�SMISSTON MAIN (N4-1 A}
STANDAftD CONSTKUCTION 5PECIFICA'CIONTJQCUMENTS City Projac# No. ]D3505
Revised December 2Q, 2012
330411-1
CORRQSTON CONTRaL TEST STATIDNS
Page l af 7
1
2
3 PART1- GENERAL
A� i.l Si1MMARY
5
6
7
8
9
10
1T
I2
13
14
15
16
17
18
19
20
21
22
23
24
25
} 26
1 27 1.�
28
29
30
31
32
33
34
SECTXON 33 Q4 ll
CORROSION CONTROL TEST STATIONS
A. Sectian Includes:
I. Test statian materials and installation requirements, as shown on the Drawings, at:
a, Fareign pipeline erossing�
h. Cased crossings
c. Below-grade pipeline eleetricaI isolation joints
2. Required aQplications of cortosion control test stations include locations whe�'e
future testing is anticipaied for the following reasons:
a. T'esting to deterritine the effectiveness aft�ae installed Cathodic Protection
systems and to allow far startup adjustments
b. T'esting to determine interference effects froin and on adjacent or crassing
�oreign underground siructures
c. Testing to deterrnine saurces and magnihzde of stray DC currents and z'equired
mitigative measures
d. Periodic monitaring to datet�tlnine status of existing Cathodic Protection
systems, shay current and foreign line influence
B. Deviations froffi this City of Fort Worth 5tandard Specification
1. None.
C. Reiated Specification Sactions znclude, but are not necessarily limited to:
1. Division 0—Bidding Raquireznents, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 04 12 — Magnesitlm Anode Cathodic Frotection Syster:r�
PRiCE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Measurement
a. This item is consider�d subszdiary to the Cathodic Protection construction.
2. Payment
a. The work perfarmed and the materials furnished in accordaxice with this ite�
are subsidiary to the lump sutr► price bid for "Cathadic Protection" for each
material of utility pipe bid, and no other compensation will be allowed.
35 1.3 REFERENCES
36 A. Referenee Standarcis
37 1. Reference standards citEd in this 5pecification refer to the current referez�ce
38 standard published at the Yitne of the latest revision date lo�ged at the end ofthis
39 Specification, unless a date is specifically cited.
40 2. NACE International (NACE).
CITY OF FORT WORTH NORTHPdINTE 24-INCNl WAT�R TRAN5NiI3SION MAIN (N4-lA)
STANDARD CO�T5TRL1CTlO�i 5PECIFICATION T]OCUMENTS City Prujec# No. 1035D5
Revised Decemher 20, 2012 _
33 aa t i- z
CORROSION CONTAflL TEST STATION5
Page 7 of 7
1 I.4 ADMINISTRATIVE REQUIIZEMENTS CNOT USED]
2 1.5 �LTBNIITTALS
3 A. Submittals shall be in accordance with Section O1 33 00.
4 B. AlI submittals shall be approved hy the City prior to delit+ery andlor fabrication for
S speeials.
6 1.6 ACTION SUBMITTALSIINFORMATIOlYAL SUBM�'TALS
7
8
9
IO
11
12
13
14
15 1.'�
A. Product Data
1. Submit product data for all components of the Corros�on Contrtil Test Stations.
Data submitted shall include:
a. Test Station
b. Wiring
c. Splicing materials
d. Thermite weld rnaterials
e. We1d coatings
CLOSEOUT SUBMTTTALS
16 A, Structure-to-soil potential data shall be submitied tn the City.
17 1.8 MAXNTENANC� MATERIAL SUBMITTALS [NOT USED]
18 1.9 QiIALITY AS�URA.NCE
I9 A. Certifications
20 1. Provide manufacturer's certi�cations that a1I components af the corrasion contrnl
21 system meet the requi:retnents of the Contract Documents.
22 a. The certification shaIl reference the appllcable Section of the 5pecifications and
23 the applicable s#andard details.
24 B. Inspec#ion
25 1. The City may, at its own cost, inspect the Cathodic Protection ma#erials prior to, ar
26 during, installation.
27
28
29
30
31
32
33
34
3S
36
37
38
39
C. Drawings
1. 'I'he drauTings far the corrosion control test stations az'e diagrarnmatic and shall not
be scaled for exact Iocations, unless scales are explieitly stated on the specif�ic
drawing.
2. Field conditions, canflicts with oth�r utilities or mechanical and structuraI features
shail determine exact locaYions.
3, Contractar shall note other exi.sting utilities in the area and during excavation, shall
not damage these utilities.
4, Any cfamaged utilities shall be repaired to the sa#isfactiQn of the Ciiy at the
Contractor's expense.
1.1.0 DELIVERY, STORAGE, AND �IANDLING
A. Delivery
1. Coordinate the delivery of test station materials.
CITY DF FORT WORTfi NORTHPOINTE 2A-INCH WATER TRAN5MI55ION MAIN (N4-1 r1)
STANDAItD COiQSTRUCTIDN 51'ECIFICATION DOCUNiENTS City ProjectNo. ID3505
Revised Decemher 20, 2012
ssoa�i-3
CORR05ION CDNTI2�I. TEST STATIdNS
Page 3 of 7
1 B. Storage and Handling Requirements
2 1. Secure and maintain a location to s�ore the materia.l in accordanee wi�h Section 41
3 66 00.
4 C. Packaging Waste Management
5 1. Dispose af waste materials properly and remove from jab site after installation is
6 complete.
7 1.I1 FI�LD [SITE] CONDXTIONS [NOT USED]
8 1.12 WARRANTY [1VOT USED]
9 PART 2 - PRODIICTS
10 2.1 OWNER-FURNIBHED [ox� OWNER-SU�'PLIED PRODiTCTS [NOT IISED�
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
2.2 MATERIALS
A. Flush 1�Iourit Test Stations
I. Test stations shall cnnsist oft�st wires, a terminal head and a traffc box as shown
on the Drawings.
2. The terminal head shall be a 7 te:na�inal "Big Fink" as manufactured by Cntt
Manufacturing Company or approved equal.
3. The test station shall be installed zn. a 24-ineh x 24-inch x 6-inch concrete pad.
A�. The Precast Concrete traffic box shall be a 1Q.25-inch diametar 3-RT with a cast
iran caver rnarked "CP Test" as manufactur�d by Broolcs Praducts, Inc. or appraved
equal.
5. Install am.arker sign adjacant ta all flush-rnounted test stations.
B. Above-Grade Test Stations
1. At test station lacations where flush tnounted structures cannot be installed, or
where st�ted on Drawings, an above-grade test station shal� be used, and placed
such that possible datnage fram vandalism, traf�ic, etc. is minimized.
2. The test station shalI be a 7 terminal "Big Fink" as manufactured by Cott
Manufacturing or approved equal.
3. Ti�e "Big Fink" test station shall be mounted on a 5 foot length oi 3-inch dia[netez'
iTV-resistant plastic conduit in. populated lacations, and mounted an a 5 foot fength
of 3-inch diameter concrate ftJled galvanized steel conduit in low popuIation
locations.
4. The test station shall he installed adjacent to a permanent strucfuz'e, if available, for
physica3 proteciion.
a. If exposed to traffc, provide a frangible base for test station.
S. The interior of fihe test station conduit sh,aI1 be filled wiih Portland cement concrete
after the installation of the test and bond wires.
6. The test station conduit shaII be installed with a 24-inch x 24-ir�ch x 6-inch concrete
pad.
39 C. Permanent Reference Electrodes
CI'TY OF FORT WORTH NbRTHY0IIV1'E 24-INCH WATER TRA1�SMiSSIpN NIAIN (I�T4-1A)
9TANDAAD CONSTRUCTTON SPECIFICATION 1lOCUMENTS Ciry Project No, 103505
Revised December 2U, 2U12
330411 -4
CORR051ON CONTROL TEST STATIONS
Page4 oF7
1
2
3
4
5
6
7
S
9
10
I1
I2
13
14
].5
lb
I7
18
19
20
21
22
23
24
ZS
26
27
28
1. The permanent reference electrode sha11 be a copp�r sulfata Permacell Plus double
rnerr►brane ceramic ce11 in a geomembrane package as znanufactured by Co�tpro
Companies, Inc. or approved equal_
2. Equip with No. 14 AWG stranded coppar wire with blue HMWP� insulation of
suitable length to attaeh to the terminal board of the test station.
D. Test Station Lead Wires
I. Test station lead wires of all sizes shaI1 have TW, THW, or THHN insulation as
shown on the Drawings.
2. Insulation type shall be color coded based upan connection to underground
structures.
a. Protected pipelin�: white
b. Foreign striactu.res: red
c. Steel casings: yellow
d. Permanent reference cells: blue �
e. Anode header cable: black (HMWPE)
f. Ungrotected or existing pipeline: blacic (HMWPE)
3. T'est station lead. wires shalI be terminated on the test station terminal board
utilizing crirrzped an sold�rless rin� terminals.
4. All terrninal boards shall b� wired by the installer as shor�vn on the Drawings.
E. Thennite Weld Equipment
1. Charges and Molds
a. Weld charges and mold size shall be specifi�d by the manufacturer for the
specific srxrface canfiguratian.
b. Use only the correct eharges for the specific application.
c. Welding charges and molds shall be Erico, Cadweld or Continental Industries
Thermoweld.
2. Weld Coating.
a. Caat weld with Stapaq CZ tape or approved equal.
29 2.3 ACCESSURXES [NO'� USED]
30 2.4 SOURGE QUALITY CONTROL [N�T [TSED]
31 PART 3 - �XECUTION
32 3.1 INSTALLERS [NQT USED]
33 3.2 EKAMINATION [NOT USED]
34 3.3 PREPARATIQN [NOT USED]
35 3.4 APPLICATION 1 INSTALLATION
36 1. Install test stations at each of the lacaiions scheduled an the Drawings. At a
37 minimum, test stations are required at each of the fallowing [ocations:
38 a. At all major underground metallic pipeline crossings
39 b. At all cas�d crassings and tunnels (bath �nds}
40 c. At all �2nderground isolation ilanges
41 d. At all nr�agn�sium anode �round bed locations
CITY OF FqRT WORTH NQI7THPOTNT� 24-INCH WATHR TRAN5MISSION MAII�I (N4-lA)
STANDARD CONSTRiFCT10N SPECII'ICATIONDOCUME1dT5 City ProjectNo. 1035pS
Renised December 20, 2012
330411-5
CORR05ION CONTROL TEST STATi0N5
Page 5 of7
B. General
2 1.
3
4
5
6 2.
7 3.
8
9
lo
11
12
13
14
15
16
17
18
19
20
z�
22
23
24
25
2b
27
28
29
30
31
3z
33
34
35
36
37
38
39
44
41
42
43
44
45
Cnstall test stations at locations indicated on Drawings.
a. If a flush mounted tes# statio.n is nflt feasibla in a particular Iocatian, then an
ahova-grade test station may be used, subject to approval by the City or its
designated rapresentative.
L1se cantinuous test station lead wires without cuts or tears in the insulation.
Locate test stations as indicateci on Drawings, as close to the pipe as possii�le.
a. If the pipe is installed under a raad, place the test station at the curb for easy
access.
A�. Attach test lead wires to the pipe by thermite welding.
5. Attach test wires to ti�e pipe prior to backfilling.
b. Use coior coded test wires as indicated on the Contract Documents.
7. Wire tSst statian terminal board configuraiions as shown an the Drawings.
S. At foreign pipeline crossing test stations:
�. Notify the owners of the pipeline and ob#ain permission before the test leads are
connacted ta their pipeline.
b. The foraign pipeline owner should have a repres�ntatiive present.
c. Contractor shall not install lead wires or bond wires on foreign pipelines,
d. If foreign pipeline owner refuses test leads connected to their pipeiine, then
documen# owner's refusal and insiall potential test station on water main.
e. Document tlae awner's contact name, phone numbar, email address and date of
contac�.
f. Sub�nit documen#ation to the City or its designated representaiive.
C. Flush-Maunt Test Statians
l.
2.
3.
4.
Install as shown on the Drawings.
Sufficient slack shaiI be coiled beneath the test station to allow for soil settlement
and to prevent da�riage to the leads during backfilling.
a. Additional slack shall be Ief� to allow for withdrawal of the terminal boaxd a
zt� inimum af 1 S inches above the top ofr the precast concrete trafiic bax for test
puzposes.
Install with permanent copper sulfate reference electrodes where indicated on Yhe
Drawings.
a. Instatl permanent reference electrode approximately 6 inches from t�e pip�.
b. Co nnpact native soil by hand around the electrade.
c. The balance of the backfill shall be select granular backfill material.
d. Saturate the backfilled permanent reFer�nce electrode with 5 gallons of water.
Set test staiions installed outside areas of pertnanent gaving rnaterials in a PortIand
cement concrete pad.
a. The concrete pad shall be a minimum of 24 inches square and no less fhan: 6
inches thick.
D. Above-Grade T�st Stations
1. Install abave-grade fiest stations where a flush mounted test station cannoi b�
located.
2. Use and location of above-grad� tesf sta.tions shaI1 be approved by th� City or its
designated representati�ve.
CITX OF FQRT WORTH NORTTXPOILQTE 24-INCkI WFITER TRANSMI55ION MAlIV (IQ4-lA}
STANDARD CONS'I`RUCTION SPECIFICATIaN DOCiIMENTS City ProjectNv. 103505
Revised Decemher 20, 2U12
33 Q4 11 - 6
CORROSION CONTit4L TE.ST STATIO�fS
Page6of7
I
2
3
4
5
b
7
8
9
1Q
11
12
I3
I4
15
16
17
I8
19
20
21
22
23
24
Attach test leads to the pip� by thermite welding directly to the pipa on steel and
ductile iron pipelines as shown on Drawings.
a. See Drawings.
The pipe to which the wires are to be attaehed shall be clean and dry.
When c�nnecting directly to the pige, use a gr.i�lding wheel ta remove all coating,
mill scale, axide, grease and diri from an area approximately 3 inches square.
a. Grind the surface to bright metal.
The wires ta be thertz�.zte welded to the pipe shall have approximately 1 inch of
insulation removed �irom each end, exposing clean, axide-free coppez' far weiding.
Using Che proper size thermzte w�ld mold as recommended by the manufacturer,
place the wire between the graphite mold and the prepared metal surfaee.
a. Use a copper slee-ve crimp�d over the vvire for a1I No. 10 AWG pr smaller
Wires.
6. Place the metal disk 1n the bottom afthe mold.
7. Pour the thermite weld charge into the rnold.
25 8. Squeeze the botta�m of the cart�idge to spread ignition powder ov�r the charge.
26 9. Clase the mo�d co�er and ignite the starting powder with a flint gun.
27 10. After the exothermic reaction, remove the thermite weld mold and gentl� strike the
28 weld wlth a hamrr�er ta remove the weld slag.
29 11. Pull on the wire to ass�re a secure cannaction.
3Q 12. If the weld is not secure or the wire breaks, repeat the procedure.
31 13. If th� weld is secure, coat a11 bare metal and weld nnetal with Stopaq CZ tape.
32
33
34
35
3b
37
3. Locafe #�st station adjacent to a pextnanent structure (e.g. a power pole), if
available, for physical protection.
4. Cail sufficaent slack beneath the test station to allow for soil settlement and to
prevent darz�age to the leads during backfilling.
5. Pour a 24�incla x 24-inch x 6-inch concrete pad at grade around th� test station
conduit.
6. Fill the interiar afthe 3-inch above-grade test station steel gatvanized conduit with
Portl�.nd cement cos�cr�te after installation of the test statipns wires.
E. Test Lead Wire Attachment
2.
3.
4.
5.
F, Post Installation B ackiiIling of Test Station — Lead Wix�s
1. Pratect test statian wires to pre�ent damage to th� wire insulation and canductor
integrity during backfilling.
2. After cample#ion of the backfilling of the test wires to the pipe, �erify the
connection by measuring and recording a pipe-to-soiI poterttial.
3. Replace any test wire faund to have a high resistance connectian.
38 3.5 REPAIR 1 RESTORATION [NOT U�ED]
39 3.6 RE-INSTALLATION [NOT U�ED]
4� 3.7 FIELD QUALTTY CONTROL
4I A. AlI test stations shall be �isually inspected during the final walk through.
CITY OF FORT WORTH NORTHPOIN'TE 24-I?�1CH WATER TRANSMISSION MAI�T (N4-1 A)
STAN.DAIZD CONSTRUCTION SPECfFICATION DOCUMENI'S Ciiy ProjectNo. 1a3505
Revised December2Q, 2p12
33041[-7
CORR�SION CONTRQL TEST STATIONS
Paga 7 nf 7
1
2
3
�t 3.8
5
6
7
S
9
10
11
12
13
14
15
16
17
18
19 3.9
20
21
22
z3
B. Materials or installation work not canforming to the requirement of this Specificatian
shall be replaced or r�paired to the City's satisfaction.
C. Darnaged or missing test station connponents sha11 be replaced by equal companents.
SYSTEM STARTUP
A. Comanissioning
1. Nat[ve state structure-to-soil potentzals shall be acquired alang th:e Gvater main and
submitted to the City.
B. Method
1. Measure native state structure-to-soil potentials along th� water line using a
portable reference electrade at the follawing locations:
a. Each test station
b. Above grade pipelirie appurtenat�ces
c. Test st�tions on foreign pipelines crossing or para3leI to the water main.
2. Veriiy that all electrical isolafian devices are operating properly including flange
isolatars and casing spacers_ �
C. Contractor is responsible far all testing.
D. AlI testing is ta be done by or under the supervision of certiiied NACE personnel.
E. Record results and submit in accardance with this Specificatio�t.
ADJU�TING [NOT USED]
3.10 CL�ANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USEDJ
3.12 PROTECT�ON [NOT USED]
3.13 MAINTENANCE
24 A. Re%r to Section 33 Q4 12.
25 3.14 ATTACHMENTS [NOT USED]
26
27
END OF SECTION
Revision Log
DATE NAM� SUMMARY DF CHANGE
12120/2Q12 D, 7ohnson 2.2.D.2 --revised insu�ation wior coding
28
CTTY OF FORT WOR.TF# NORTHPC)INT� 24-13VCH WATER TRANSMISSIdN MAll�t {N4-1 A)
STANDAKD CON5T7iiICTIaN 5PECIFICATION 170CUMENTS City Project No. 103505
Revised Decsmbar 20, 2012
33a�ao-i
CLEANING RND AGCEPTANCE TESTING O�' WATER Iv1AINS
Page 1 of8
2
3 PART1- GENERAL
4 1.I SiFMMARY
5
6
7
8
9
l0
1S
12
13
14
IS C. Related 5pecification Sactians include, but are not neeessarily lin�ited to:
16 1. Division 0— Bidding Requiremenis, Contract Forms, azzd Contlitions af the
17 Contract
18 2. Division 1— General Requirements
19 3. Section 33 O1 31 — Closed Circuit Tele�ision (CCT'� Inspection
20 1.2 PRICE AND PAYMENT PROGEDURES
2i
22
23
24
25
26
27
28
A. General
B. Deviaiions from this City of Fort Worth 5tandard 5pecification
1. None.
A. Measurement and Payment
SECTION 33 04 4Q
C�.EANING AND ACCEPTANCE TEBTING OF WATER IWIAINS
1. Before any nev,+ly constructed potable water mains will be pez7tnitted to be placed
into service in the �'ort Worth Water Department's Wat.�r Distribution System, it
sha.11 b� cleaned (puxged) and tested, or cleaned, disinfected, and tested until the
bacteria count within the water main meeis the standards established by the Fort
Warth Water Deparkment and the requirements of Chapter 290 af the Texas
Administrative Code (TAC) established by the Texas Commission on
Environmental QUaiity (TCEQ}.
1. Measurement
a. This Item is considered subsidiary to the water rnain being Cleaned and Tasted.
2. �'ayment
a. '�'he wark performed and t%e materials furnished in accordance with this Ttem
are subsidiary to eleaning, disin%ction, hydrostatic testing, and bacteriological
testing and shall be subsidiary ta the unit price bid per linear foot of water pipe
coitnplete in place, and no other compensation wi11 be aIlowed.
29 1.3 ,REFERENCE�
30
31
32
33
3�
35
36
37
38
A. Reference Standards
Reference standards cited in this 8pe.cificatian z'efer to the current reference
standaz'd published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
American Water Works Association/American (AWWA):
a C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type.
b. c�a3, Concrete Pressure Pipe, Bar-Wrapped, Steei-Gylinder Type,
c. C651, Disinfecting Water Mains.
d. C655, Eield De-Chlorinatian.
1
��
CTTY O�' PORT WORTFI 1�ORTkIPQINTE 24-I1VCH WATEK TRANSMTSSION MAIN (N4-lA)
STANDARD CONSTRUCTION SPECCFICATION DDClIMEIVTS Ciry i'roject No. 1 D3505
Revised February 6, 2013
3� 04 4a - z
CLEANING AND ACCEPTANC� TBSTIf�IG OF WATER MAINS
Page 2 of 8
1 1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 SIIBNIITTALS
3
4
5
b
7
8
9
10
11
12
13
I4
1S
16
17
18
19 1.6
A. Submittals
Far 24-inch and larger water mains, provide the following:
I. Cleaniag P1an — Prior to the start of construction, submit a water main cleaning plan
detailing the methods and schedule, including:
a. A detailed description of cleaning procedures
b. Pigging entry and exit ports
c. Flushing procedures
d. Plans and hydraulic calculations to dernonsYrate ad�quate flushing �elocities
e. Contrnl of water
f. Disposat
2. Disinfection Plan — prior to the start of construction submit a disinfection. plan
inc�uding:
a. The method rr�ixing and xntrnducing chlorine
b. �'lushing
c. De-chlorination
d. Sampling
ACTXON SUEMITTALS/INFDRMATIONAL SUBMJ'�'TALS [NOT USED]
20 1.7 CLOSEOUT SY]BMITTALS [NOT USED]
21 1.8 MAINTENANCE MA.TER�AL SITBMITTALS [NOT USED]
22 1.9 QUALITY ASSiTRANCE [NOT USED]
23 1.10 DELIVERY, STORAGE,IINI? HANDLING [NOT USED]
24
zs
1.1i FILLD [SiTE] CONDIT�ONS [NOT USED]
1.1� WARRANTT' [NOT USED]
26 PART � - PRODUCTS
27 2.1. OWNER-FURNISHED [ox] OWNER-SUPPL�ED PRODi7CT5 jNOT USED]
28
29
30
31
32
33
34
35
36
2.2 PRODUCT TYPES
A. Pigs
1. Open c�ll polyurethane foam body
2. Densities between 2 pounds per cubic foot up to 8 paun.ds p�r cubic foot
3. May be wrapped with polyurethane spirai bands
4. Abrasives are not permitted, unless expressly approved by tha City in writing fox
the particular appiYcation.
5. Must pass tl�ough a reduction up to 65 percent of tha cross sectional area of the
naminal p�pe diameter
CITY OF FORT W�RTH NC)RTHPOINTE.2q-TNCH WATER TRANSMCSSION MA]]+f (N4-1 A)
STANDARD C�NSTRUCTION SPECIFICATION DQCUMENTS Giry Project Na, 1035p5
Revised February 6, 2013
33 �4 40 - 3
CLEAIVFNG AND ACC�PTANCE �ESTiNG OF WATER MAII�TS
Pagc 3 of S
1 b. Pigs shall be able fo traverse standard piping arran.gem�nts sueh as 90 degree bends,
2 tees, crosses, wyes, and gate �alves.
3 �.3 ACCES�ORLES [NOT USEDj
4 �.4 SOURCE QUALITY CONTR4L [NOT USED]
5 PART 3 - EXECUTION
6 3.1 IN�TALLERS [NOT USED]
7 3.� EXAMYNATION [NOT USED�
8 3.3 PREPARA,TIQN [NOT USED]
9 3.4 ERECTIONIINSTALLATIONIAPPLICATION �NOT USED]
10 3.5 REPAIR/RESTORATION [NOT iTSED]
11 3.6 RE-INSTALLATIQN [NOT USED]
12 3.7 FIELll [ox] S�'E QUALITY CONTROL [NOT USED]
13 3.8 SYSTEM STARTUP [NOT iTSED]
I4 3.9 ADJUSTING [NOT USED]
15 3.10 CLEANING
16 A. General
17 1. All water mains shall be cleaned p.rior to bacteriological testing.
18 a. Fig aI136-ineh and smailer water mains.
19 b, Pig or manualty sweep �42-inch and larger n:�.ains.
20 c. Flushing is only permit�ed when specially designated in the Drawings, or if
21 pigging is not practica] and appra�ed �y the City. ,
22 B. Pigging Method
23 1. If #he method of pigging is to be used, prepaxe the main for the installation and
24 removal of a pig, including: .
25 a: Furnish all eauipment, material and labor to satisfactorily expose cleaning wye,
26 remove cieaning wye covers, etc. �
27 b. Wh�z'e expulsion of the pig is required through a dead-ended conduit:
28 1) Prevent backflow of purged water into the main ai�er passage of t�e pig.
29 2) Install a tnechanical joirit to prouide a riser out af the trench on 12-inch and
30 smaller mains tp prevent backwater re-entry into the main.
33 3} Additional excavatlon of the trench may be performed on mains over 12
32 inch�s, ta prevent backwater re-entry into fhe rnain.
33 4) Flush any backflow water that inadvertently enters the main.
34 c. Flush short dead�end pipe sections not swabbed by a pig.
3S d. Once pigging is complete:
36 1� �'igging wyes shall remain in place unless atherwise speciiied in the
37 Contract Documents.
38 2) Install cleaning wye, biind flanges or mechanical joint plugs.
CT1'Y OF FOIiT WORTH NaI�THPbINTE 24-I1VCH WATER TRANS1V�iSSION MA1N (N4-lA)
STANDARI3 CONSTRUC7'IQN SPECIFICA'I"ION DOCUMENTS Ciiy Project Na. 1 Q3505
Revised February 6, 2013
�3 0� a� - a
CLEANING AiVD ACCEPTANCE TESTING OF WATER MAINS
Page 4 of 8
1
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
3) Flug ar�d place blocking at ather openings.
�}) Backfill
5) Com�alete. all appu�e:nant work necessary to secure the system and proceed
t�ith disinfectian.
C. �'lushing Me�hod
1. T'repare the main by installing blow-affs at appropriaie locations, of sufficient sizes
at�d numbers, and with adequate flushing to achieve a minimum velocity in ihe
main of 2.5 feet per second.
a. Minimum blow-ofFsizes for �aripus main sizes are as follows:
1) 4�inch through 8-inch main — 3/-inch blow-off
2) 1�-inch through 12-inch rnain —1-inch blow-aff
3) lb-inch at�d greater main-2-inch blow-off
b. Flushing shall be suhjeet to the foIlowir�g limitations:
1) Limit the volume oiwater for flushing to 3 times the volume of the r�ater
main.
2) Do not unlawfully discharge chlorinated water.
3) Do not damage private property.
4) Do not create a traffic hazard.
c. Once Flushing is camplete:
1} Corporations stops used far fIushing shall be plug��d.
21 D. Daily main cleaning
22 1. Wtpe joints and then inspect faz' proper installation.
23 Z. Sweep each joint and keep clean duz'ing cnnstruction.
24 3. Instal.l a temporary plug on all exposed m.ains at the end of each working day or ari
25 extended periad of wark stoppage. �
26
27
28
29
30
31
32
33
34
35
35
37
38
39
40
41
42
43
44
45
46
E. Hydrosta#ic Testing
1. All vvafer main that is to be under pressure, shal� be hydrostatically tested to meet
the following criteria:
a. �'urnish and 'mstall corporations for proper testing af the main.
l) Furnisla adequate and satisfac#ory equipment and supplzes necassary to
make such hydrostatic tests.
2} The section of lina to be tested shall be gradually filled with water,
carefully expelling the air and the specified pressure applied,
b. The City will furnish water required far the testing at its nearest City line.
c. Expei air from the pipe hefore applying the required test pressure.
d. Tesi Pressure
1) T'est pressures should meet ihe following cz'iferia:
a) Not less than 1.25 {187 psi minimutr�} times the stated working
pressure of the pipeline measured at th� highest elevation along the test
section.
b) Not less than 1.5 {225 psi minimum) times the stated working pressure
at the lnwest elevation af the test section.
e. Test Conditions
1) Must be at least 2 hour duratian
2) Add water as necessary to sustain the required test pressure.
3} Test fire hydrants #o tt�e fre hydrarzt valve.
CITY �F FORT WORTH NORTHPOiNTE 24-1NCH WATER TI2ANSMISSIdN MAIN {N4-[?.)
STANDARD CONSTRUCTIdN SPECIFICATION DOCUMENTS City Project No. 103505
Revisad Pebruery 6, 2013
330440-5
CLEANING AND ACCEPTANCE TESTINCr OF WATER MAINS
Page 5 of 8
i a) �.,eave the isolation valve on khe fire hydrant lead line open during the
2 hydrostatic testing.
3 4) Test service lines to curb stop
4 a) Leave the corporation �top on the service line open during the
5 hydrostatic testing.
6 5} Close isolation valves for air release valves.
7 6) Makeup watar must come fronn a container of fixed 55 ga�lon container ihat
8 does nQt have a water saurce.
9 f. Measure a11 water used in th� prass�re test through an approved ttzeter, or
10 rr�easure the difference in volume within a 55 gallon cantainez'.
11 1) Do not test against existing water distr'rbution valves unless expressly
12 provided for in tha Drawings, or approved by the City.
13 2} If the City denies approval to test against e�sting w�ter distribution system
lA vaIve, then make arrangex�nents tfl plug and test the pipe at no additional
15 cost.
16
17
18
19
20
ai
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
44
A1
2. AlIowable Leakage
a. No pipe installation should be accepted if the amaunt of tnakeup water is
greater than that determined using t�e following formula:
In inch-pound units,
L= SD�P
las,aao
Q
c.
d.
e.
Where:
L= testing allowance (�nake up water}, gallons per hour
5=length of pipe tested, ft.
D= nominal diameter af pipe, �n.
P= average test pressure during the �ydrostatic test, psi
For any pipeline that fai�s ta pass hydrastatic test:
1} Identify the cause
2} Repair th� leak
3) Restore the trench and surface
4) Retest
AIl costs associated with repairing the pipelina to pass the hydrostatic tesf is the
sole responsibility of tl�e Contractor and included in th� price pex linear foot of
pipe.
If the Gity determines that an existing sysfem valve is responsible for th�
hydrostatic test Yo fail, the Contractor sha11 make provisians to test the pipeline
without the use of the syste� valve.
There shall k�e no additional gayment to th.e Contractor if the e�sting valva is
unable ta susYain the hydrostatic test and shall be included in the price per lin0ar
foot of pipe.
42 F. Disinfection
43 1. General
44 a. Disinfection of the main shall be aecomplished by the "continuaus feed"
45 method ar the "slug" methad a:s determined by the Contractor.
46 b. The iree chlorine amounts shown are minimutns. The Contractor may requira
47 higher rates.
48 1) Calcium hypochlorite granule5 shall be used as the source of chlorine.
49 c. Continuous Feed Meihod
G1TY Oi' PORT WOR'iH IYORTHPOINTE 24-INCH WATER TRAN5MI35ION MAIN (N4-1A)
STANDARD CQNSTRUCTION SPECIFICATI01� DOCiJN1ENi'S Ciry Pro}act No. 1035fl5
Revised Pehruary 6, 20l3
33 Q4 4Q - 6
CLEANING AND ACCEPTANCE TESTINCr OF WATEK MAINS
Page6of8
1 1} Apply water at � constant rate ir► the newly laid main.
2 a} Use the exisi�ng distribution system or other appraved saurce of
3 supply.
4 2) At a point not more than 10 %et dov�nstream from the beginning ofthe new
5 main, water enteeing the new main shall receive a dose of chlorine.
6 a) Free chlorine concen#ration: 50 zz�glL minimum, or as required by
7 TCEQ, whichever is greater.
8 b) Chlorine applications shail no# eease until the entire conduit is filled
9 with heavily chlorinated water.
1D 3) Retain clalorinat�d water in the main for at least 24 hauz's.
11 a) Operate valves and hydrants in the section treated in Qrd�r to cEisinfect
I2 the appur�enanc�s.
13 b} Pre�vent the flow of claIorinafied water into mains in aetive service.
14 c) Residual at the end af the 24-hour period: 10 mg IL free chlorin�,
15 minimurr►, for the treated.water in alI pottiions of the main.
16 4) Flush the heavily chlarinated water from ihe main and dispose of in a
17 manner and at a�ocation accepteci by the City.
18 5) 7'est the chlorine residual prior to flushing operations.
19 a) If the chlorine resi.dual exceeds 4 m,glL,, the water shall remain in the
20 new main until the chlorine residual is less the 4 mg/I„
21 b) The Contraetor may chogse to evacuate the watar into wafier trucks, or
22 other approved storage facility, and treat the water with Spdium
23 BisuIfate, or anoYl��r de-chlorination chemical, or method appz'op.riate
24 for potable water and approved by the City until the chlorine residual is
25 reduced to 4 mg/L or Zess.
26 c} After the speci�ed chlorine residual is obtained, the water may then be
27 discharged into the drainage sysYezia or utiIized 6y the Contractor.
28 d. Slug Method
29 1) Water from the existing distribution system or athez' approved source of
3D supply shall lae made to flow at a constant rate in the newly Iaid main.
31 2) At a point not m.are than 10 feet downstream from the beginz�ing afthe new
32 rr►ain, watar antering the new main shall receive a dose of chlarine,
33 a) Free chlorine concentratian: 1 a0 mg/L minimum, or as required hy
34 TCEQ, whichever is greater.
35 b) The chIorine shalI be applied continu�usly and for a sufficient iime to
36 develop a solid column or "slug°' of ckalorinated water that shall expose
37 aIl interior surfaces to the "slug" fo�' at least 3 hours.
38 3) Operate the fittings and �alves as t.�e chlorinated water flows past to
34 disinfect tlae appurtenances.
40 �4) Prevent the �ow of chlorina�ed water into mains in active service.
41 S) Flus� the hea�ily chIorinated water fram the main and dispose of in a
42 manner and at a location accepted by the City.
43 6) Upon campletian, test the chlarine residual remaining in the main.
44 a) Chlorine le�els of 4 rn�/1 ar less should be maintained,
45 2. Contractor Requirements
46 a. Furnish aIl equipment, rnaterial and Iabor to satisfactorily prepat�e the main far
47 the d#sinfection �nethod approved by the City with adequate provisions far
48 satnpling.
49 b. Make all n�cessary taps into the main to accomplisla chlorizzation of a new 1'tne,
50 unless otherwise specified in the Contract Documen#s.
CITY OF FORT WORTH NORTHPOINTE 2q-INCH WATER TRA]dSMC3SION MAIN (N4-1A)
STANDARD CQNSTRUCTI�N SPECIPICATION DOCUMEIVTS City Project No. 1035R5
Revised February 5, 2013
33�aao-7
CLEANllVG AND ACCEPTANCE TESTINCr OF WATER MAINS
Page 7 of 8
1 c, After satisfactory cornpletion of the disinfectian operation, as determined by
2 the City, remove surplus pipe at the chlorination and sampling points, plug the
3 remaining pipe, backiill an.d coznplete a11 appurtenani work neeessary to secure
4 the main.
5 G. Dechlorination
6 I. General. AII chlorinated water shall be de-chlorinated befor� discharge to the
7 environm�nt. Che�nical amounts, as listed in ANSIIAWWA C651: "Disinfecting
8 Water Mains", shali be used to neutralize the residual cl�lorine co�centrations using
9 da-ck��orination procedures lis�ed in ANSIIAW WA C655: "Field De-Chlorination".
10 De-Chlarination shall continu� until chlorine residual is nan-detectable.
11
12
13
14
15
16
17
18
19
20
21
22
23
�
3.
Testing. Contraetor shall continuousIy test for the chjorine r�sidual level
immediately downstream of ttie de-chlarination process, c�.ur�ng the entire discharge
of the chlorinaied water. Confz'aetor shall periodically eonduct chlorine residual
testing and check for possibla fish kills at location� vs�here d�scharged water enters
the existing watershed.
Fish Kill. If a iish isill occurs associated with the dis.charge of water from the
distribution sys�em or any other ca�struction activifii�s:
a. The Contract shall immediately alter acti�ities ta �revent fiirther fish kills.
b. The Contractor shall immediate�y notify Water Departalent Field Operations
Dispatch.
c. The Contractor shall coordinate with City to properly natify TCEQ.
d. Any fines assessed by the TCEQ (or local, staf� of federal agencies) for �ish
kills shall be the responsibility of the Contractar.
24 H. Bacteriological Testing {Water 5ampling)
25 1. General
26 a. Notify the City when the main is suitable for sampiing.
27 b. The City shall than take water samples from a suit�ble tap for analysis by the
28 City's iaboxatary, unIess otherwise speczfied in the Contract Documents.
24 1) No hos� ar f re hydrant shall be used in the collection of samples.
30
31
32
33
34
, 35
36
37'
38
39
40
41
42
43
44
45
46
4'1
2. Water Samplin�
a. Complete microbiological sampling prior to cozu�ecting the new main into the
existing distribution system in accordance wifh AWWA G651.
b. Collect samples far bacteriological anal}+sis in sterile bottles treated with
sodium. thiasulfate.
c. CQllect 2 cos�secutive sets of acc�ptable sannples, taken at least 24 hours apart,
from the n�w main.
d. Colleci at least 1 set af sarnples from �vezy 1,OOD linear feet of �he new znaix�
(or at the next available sa�npling paint beyond 1,0001inear feet as designated
by the City), plus I set from the end of the line and at least 1 sei from each
branch.
e. If tranch water has entered the new main during construction or, if in the
opinion af th.e City, excessive quantities of dirt or debris have entered the net�r
main, obtain bacteriological samples at intervals of approximaiely 2001znear
feet.
f. Obtain samples fram water thai has stood in the new main for at least 16 hours
after forznal flushing.
3. RepetiYion af Sampling
CITY OF FOIiT WORTH NORTHPOINTE 24-1NC�1 WATER TRAIVSMISSION 1V,EAIid {I+i4-lA)
STANDARD CONSTRUCTION SPECIFICATIO�T DOCIIMEIVTS Ciiy Project Mu. 103505
Revised February 6, 2D13
33 Q4 40 - 8
CLEANTNG AI�TD ACCEPTANCE TESTING QF WATER MAINS
Page 8 aF8
1 a. Uns�.#isfactory test results require a repeat of the disinfectian process and re-
Z sampling as required above until a satisfactory sample is obtained.
3 3.�1. CLOSEOUT ACTIVIT�ES [NOT TISEDI
4 3.12 PROTECTYON [NOT t7S�D]
5 3.13 MAINTENANCE [NOT USED]
6 314 ATTACHMENTS [NOT �[TSED]
7
S
END U� SECTION
Revision Log
DATE N�ME SLTMMARY OF CIIANGE
12/20/2Ui2 D, Johnson 3.10.E.1.e.- Added.service [ines to hydrostatictestingreq�irements
2/6Y2013 D Townsend 1.3.A.2.d Added AWWA Cb55 Field De-ChLorinatinn as reference
3.1�.Cr—Added�e-Chlorination Requirement
9
C1TY OF FORT WORTH NORTHPOIh'T'E 24-INCH WATER TRANSMISSION MAIN (N4-IA)
STANDARD C4NSTRUCTIDN SYECTFICATION DdCUMENTS City Pr�ject No. 103505
Revised Fehruary 5, 2013
-1
i(lT1LITY TRENCH EXC�VATIflN, EMBEDIvIENT, AND BACK�'ILL
Aage 1 af2E
1
2
SECTI�N 33 0� la
UTI�.ITY TRENCH EXCAVATION, EMSEDM�NT AND BACKFILL
3 PART1- GENERAL
4 1.1 SUiVIMARY
S
6
7
8
9
10
I1
12
13
14
15
i6
17
18
19
20
21
22
23
24
25
26
2'1
28
29
30
31
32
33
34
35
36
37
38
A. Section Includes:
1. �xeavati�n, Embedment and Backf'ill for:
a. Pz'essure Applications
1) Water Distribufion or Transmission Main
2) V1�'astewater Force Main
3} Reclaimed Water Main
b. Gravity Applications
1) Wastawater Graviiy Mains
2) Sto�x► 5ewer Pipe and CuIverts
3) Starm Sewer Precast Box and Cnlverts
2. IncIu.ding:
a. �xcavation of alI material encountered, including rock and unsuitable materials
b. Disposal of excess unsuitable material
e. Site speci�ic trench safaty
d. Pumping and dewatering
e. Embedment
f. Cancrete encasern�nt for utllity lines
g, Backfill
h. Compaction
B. Deviations from fhis Ciiy of �'ort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Di�ision 0— Bidding Requirements, Cor�tract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 02 41 13 -- Selective Site Demolition
4. S.ection 02 41 15 — k'aving Removal
5. Section 02 41 14 -- Utility Removal/Abandanment
6. 5ection D3 30 00 — Cast-in place. Cancrete
7. Seetion 03 34 13 � Controlled �.aw Strength Materiaj (CL511�
8. Sectian 31 10 00 — Site Clearing
9. Section 3I 25 00 —�rosion and Sediment Control
10. �eciiQn 33 45 26 — Utility Markers/Loeators
11. Section 34 7l. 13 — Traffic Control
39 1.2 PRICE AND PAYMENT PROCEDiTRES
4Q A. Measurement and Payment
CITY OF FORT WDRTH NORTITPOINTE 2q-INCH WAT�R TRArTSMISSTON NIAIN (N4-I A)
STANDARD CONSTRUCT`ION SYECIFICATION DOCUMENTS Ci .ry Ptoject No. 1D3505
Ra�isad April 2, 2D21
_2
UTII:dTY TREIVCH �.XCAVATiON, EMBLDMENT, A]VD BACKFILL
Page 2 of 21
l0
Trench Excavation, Embedment and Backfi.11 associated with the installatzo�. of an
underground utilify or excauaiion
� Meas�re�r�ent
1) This Item fs considered s�bsidiary fa the installation of the utility� pipe line
as designated in the Drawings.
b. Payinent
1) The vvork performed and the materials fi.�rnished in accordance with this
Item are cansidered subsidiary to the installation o� the utility pipe for the
type of embedment and backfill as i�tdicated on the plans. No other
compensation will be allowed.
11 2. Imported Embedrnent or Backfill
I2 a. Measurement
13 1) Measured 6y the cubic yard as delivered to the site and reaorded by truck
14 ticket provided to the City
1S
16
17
18
14
2Q
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
41
42
43
44
45
�6
47
�18
49
b. Payment
1) Imported fiil sha11 only t�e paid wlaan using materials for embedment and
backf il other than those identif ed in the Drawings. The work performed
and rnaterials furnished in accordance with pre-bid it�rri and measured as
provided under "Measurement" will be paid �oz' at the unit price bid per
cubic yard of "Imported EmbedmentlBack�l!" delivered to the Site for:
a) Various ernbedmentlbackfill materials
c. The price hid shall include:
1) Furnishing backfill oz' �mbedment as specified by fhis Specification
2) Hauling to the site
3) Placement and compactzon ofbackfll or embedment
Concrete Encasement for Utility Lines
a. Measurement
1} Measured by the cubic yard per plan quantity.
b. Payment
1) The waz'k performed and materials furnished in accordanee with this It�m
and measured as provid�d under "Measurement" wiI1 he paid for at the un.it
price bid per cubic yard of "Concrete Encasement for LTtiIify Lines" per
plan qaantity.
c. The price bid shall incIude:
1) Furnishing, hauling, placing and finishing concrete in ac�ordance with
Section 03 30 00
2) Clean-up
4. Graund Water Control ,
a. Measurement
1) Measurement shalI be lurnp sum when a ground water control plan is
specifically req�au•ed by th� Cont7'act Documents.
b. Payment
1) Payment shall be per the lump sum price bid for "Ground Water Control"
including:
a) Submittals
b) Additional Test.ing
c) Ground water control system installation
d) Ground water control system operatians and maintenanc�
e} Disposal of wafer
CITY OF FORT WORTEi NORTHPpINT� 24-INC�I WATER TRAIQSMISSIOIN MA1N (N4-1A)
STANDARB CON3Tfti1CTI0N SPECIFICATTON DOCUIv1E�ITS City ProjectNo. 1D3505
Kevised April 2, 2021
-3
UTiLiTY TRENCH EXCAVATTON, E3vISEDMENT, AND BACKPILL
Page 3 af 2 f
1
2
3
�
S
G
7
8
9
10
11
12
13
14
15
16
17
18
19
20
f} Removal of ground water control systezn
5. Trench Safaty
a. Measurement
I) Measured per linear faot of excavation %r all trenches that require irench
safety in accoz'clance with OSHA excavaiion safety siandards {29 CFR Part
1926 Subpart P Safety and Health regulatiotts for Construction)
b. Payrnant
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Nieasurement" wi11 be paid for at the unit
price bid per Iinear foot of excavation to cotazply with OSHA excavation
safety s#andards (2� CFR Part 1926.650 Subpart �}, including, but not
lirriited to, a11 submittals, labox and equipment.
1.3 R.E�ERENCES
A. Definitions
1. General — Definitions used in this section ar� iz� accardance with Terminologies
ASTM F412 and ASTM D8 and Terlr�nology ASTM D6S3, unless otherwise
noted.
2. Definitions for trench width, back�ill, embeciznent, initial bacl�iII, pipe zone,
ha��nching bedding, springline, pipe zane and foundation are defined as show� in
the following schematic:
J
J
�
Y
U
d
m
J
Q
z
�
� F',}��7h', '�!;- 1��� i.'Alph1f�11 i4FIFhC '
�
1-__;r �__.....1._: - _ ,
`�1\�//Ij I
�!�_ � �.
A
IN{TIAL i`�'
z BACKFiLL \�
� �\
� ��R14Vu:I�JF
� "
w •
Hku"�CH>��
BEDD.I?�G `
FQi�NDATiOiV --�
\
�\ti
1
\
1�
�`.
V
. .�� � .
�
Y
U
Q
_ m
�
Q
\ .rCT Z
�
�,i \/
•,� . �
w
z
O
w
d
n.
V'1 L.. � '�'77�4iF
Z1
CITX QF FOltT WORTH I*IOIZTHPOINTE 24-INCH WATER TRANSMISSION MATN (1V4-1 A)
STANDt1RD CONSTRUCTIOl�' SPECTFICATION DOCUMENTS City Project No. I03505
Aevised Apri12, 202i
-a
i7TILITY TRENCI-I EXCAVATION, EMSEDMENT, A,ND BACKI'ILL
Page 4 of 21
1 3, Deleterious materials —Harmful materials such as clay Iumps, silts and organic
2 material
3 4. Excavated Trench Depth — Distance fram the suz�'ace to tk�e botiom of the bedding
4 or the trench foundation
5 5. Finai Backfill Degth
b a. Unpaved Areas — The depth ofthe final backfill zzaeasured from the top ofthe
7 initial back�ll to the surface
8 b. Pav�d Areas — The depth of ihe final backfill measured from the top of the
9 initial backf�ll to botiom af permanent or temporary pavement re�air
10 B. Reference Standards
11
12
13
14
15
16
17
i8
I9
20
21
22
23
24
25
Zb
27
2$
29
30
31
32
33
34
35
36
37
38
1. Reference s#andards cited in this Specificatinn refer to the current reference
standard published at the time of fhe latest revision daie logged at the end of this
5peciiication, unless a date is specifically cited.
2. ASTM Standards:
a. ASTM C33-O8 Standard Specifications far Concrete Aggregat�s
b. ASTM C88-OS Soundness of Aggregata by Use of Sadium Sul�ate or
Magnesium Sulfate
c. ASTM C136-pI Test M�thad far �ieve Analysis of Fine and Caarse Aggregate
d. ASTM D448-08 Standard Classiiication for Sizes of Aggregate far Road and
Brldge Canstruction.
e. ASTM C535-09 Standard Test Method fnr Resistance to Degradation of Large-
Size Coarse Aggregate by Abrasion and Impact in th� Los Angeles Machine
f. ASTM D588 — Standard Test method far Moistura-Dcnsity Relations of Soil-
Cerzien.t Mixture
g. ASTM D698-07 Test Method for Laboratary Cornpaction Characteristies of
Soil Using Siand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)).
h. ASTM 1556 Standard Test M�thods far Density and Unit Weight of Soils in
Place by 5and Cane Method.
i. ASTM 2487 —10 Standard Classification pf Soils foz' Engineering Purposes
{LJnified Soil Classification 5ystein)
j. ASTM 2321-09 Underground Installation of Th�rtxxoplastic Pipe for Sewers
and Dther Gravity-Flow Applications
k. ASTM D2922 -- Standard Test Methods for Density of Soils and Soil
Aggregate in: Place by Nuclear Methods (Sh�llow Depth)
1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in
p�ace by Nuclear Methods �Shallo�w Depth}
m. ASTM D4254 � Stantlard Test Method far Minimum Index Density and Unit
Weight of Soils and Calculations of Relativa Dansity
39 3. �SHA
40 a. Occupational Safety and HeaIth Administration CFR 29, Pa� 1926-Safety
41 Regulations for Canstruction, �ubpart P- Exca�atian�s
42 �.4 ADM�TZSTRATIVE REQi7IREMENTS
43
44
45
46
A. Coardination
i. iltility Campany Na�fication
a. Notify area utiltty cat�tpanies at least 4$ haurs in advance, excluding weekends
and holidays, before starting excavatian.
CITY OP rORT WORTH NORTHPdIN7"E 24-INCH WATER I'RANSL�II351ON MAI1V (N4-lA)
STANDARD CONSTRUCT[ON SPSCIPICATION DOCUMENTS City Project No. l�}3.SD5
Revised April2, 2D21
-5
iJTIL(TY TRENCH SXCAVATION, EMBEI)MENT, A1�SD SACKFILL
Page 5 of 21
1
2
b. Request the lacation of buried iines and cables in the vicinity of the proposed
work.
3 S. Sequencing
4 I. Sequence work for each sectzQn of the pipe installed to complete th� embedrr�ent
5 and backfiII placement on the day �he pipe four►datian is comp�ete.
6 2. Sequence work such that proctors are complete in accordance with ASTM D698
7 prior to commencement a� construction activities.
S 1.5 SUBNIITTALS
9 A. Submittals shall be in accordance with Sectian 01 33 00.
1p B. All submittals shall be approved b� the City prior to constructian.
l I 1.6 ACTX�N �UBNIITTALSIINFORMATX4NAL SiTBMITTALS
12
13
14
15
Ib
I7
18
19
2Q
21
A. Shop Drawings
1. Provide detailed drawings and explanation for ground water and suriaee water
control, if required.
2. Trench Safety Plan in accordance with �ccupatianal Safety and Health
Administration CFR 29, Part 1.925-5afety Regulations for Construction, Subpart P-
Exca�ations
3. Stocicpiled excavaiinn andlor backfill materia.l
a. �rovide a description of the storage of the excavated materia.� only if the
Contract Documents do not allow storage of materials in the right-af-way of the
easement.
22 1.,� CLOSEOUT SUSNIITTALS [NOT USED]
23 1.$ MAINTENANCE MATERXAL SCTBMITTALS [NOT USED]
24
25
26
27
28
29
30
31
32
33
34
35
36
3'i
38
39
40
41
42
1,9 QUALXTY ASSURANCE [NOT USED]
1.Id DELIVERY, STORAGE, AND HANDLrNG
A. Starage
1. Within E�sting Rights-of-Way (R�Vi�
a. 5poi1, imported embedment and backfill materials may be stored within
existing ROW, easem�nts or temporaty construction easements, unless
specifically disallowed in the Contract Documents.
b. Do not 61ock drainage ways, itllets or driveways.
c. Provide erosion eantrol in accardance with Sectian 31 25 OD.
d. Store materials only in areas barricaded as pravided in the traffic contz-ol plans.
e. In non-paved az'eas, do not stare material an the root zone of any trees or in
1a�dscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage a� spa�ls, embedment or
back�ll znaterials within the ROW, easeztzent or temporaty construction
easement, then secure and maintain an adequate staxage lvcation.
b. Provide an affidavit #hat rights have been secured to store the materials on
private properfy.
c. Provide erosion contrfll in accordance with Section 31 25 00.
GTT'Y OF FOliT WQRTH NORTHPDINTE 24-1NCH WATER TRANSIv�ISSIpN Iv1AIN (N4-IA)
STANDARD COl*iSTRUCTION SPECIFiGATIOI+T DOCUMENTS City PrajeetNo, 1035D5
Revised Apri! 2, 2021
-6
UTILITY TRENCH EXCAVATIdI*I, EMBEDNIENT, AIYB BACKFII,L
Page b of 2l
1
2
3
4
5
6
d. Do not block drainage ways.
e. Only materials usad for � working day will be allowed to b� storad in the work
zone.
�. Deliveries and haul-o.ff - Coordinate all deliveries and haul-of#:
1.1� �'�ELD [SITE] CONDITIONS
A. ��isfiing Conditions
7 1, Any data which has been or may be pravidad on subsurface conditions is not
S infanded as a representation or w�rranty of aecuracy or continuity beiween soils. It
9 is e�pressly understood that neither the CiTy nor the Engineer wilf be respansible
10 for interpretafions or conelusions drawn there from by ihe Contractor.
11 2. Data is made avazlable far the convenience of the Contractor. �
12 1.12 WARRAN'['Y [NOT USED�
13 PART 2 PRODUCTS
14 2.I OWNER-Fi1R1VISHED [oR] OWNER-SUPPLIED PRODUCTS
15 2.2 MATERIALS
i6
17
18
19
20
21
22
23
24
25
A. Mater.ials
1. Utility 5and
a, Granular and free flowing
b. Generally meets or exceeds ihe limits on daleterious substances per Table 1 for
fne aggregate according to ASTM C 33
c. Reasonably free of organic material
d. Gradation: sand material consisting of durable partieles, fre� of thin or
elongated pieces, lutz�ps of clay, laam or vegetable matter and meets the
foIlowing gradatioza m.ay be used for utility sand embedment/backfll
Sieve Size Percent Re�ained
%z" 0
,/a" 0-5
#4 a-10
#16 0-20
#sa 20-�0
#100 &0-90
�200 90-100
26
27
28
29
34
31
32
33
34
e. The City has a pre-approved list of sand sources for utility embedment. The
pre-approved list can be found on the City website, Project Resources page,
The utilaty sand sources in thre pr�-approved list have derr�onstrated continued
quaiity and uniformity on City of Fort Worth prajects. Sand from these sources
are p:re-approved for use on City projects wzthout project specific testing.
Z. Crushed Rock
a. Durable crushed tock or recycled cancrete
b. Meets tha gradation of ASTM D448 size numbers 56, 57 or 67
CTTY OF FORT I�ORTH NORTHPOINT� 24-INCH WATER TRANSNIISSI�N Iv1AIl+I (N4-1 A}
STANDARD CONSTRIICTION SPECIPICATION DOCUMENTS City Project No. 1 Q350S
Ravised Apri12, 2021
_7
UTILITX TR&NCH EXCAVATION, EMBBDMENT, AND BACKFILL
Page 7 of 21
i a Ma.y be unwashed
2 d. Free from significan.t silt clay or unsuitable materials
3 e. Percenta�e of wear not �ore than 4D �aercent per ASTM G131 or CS3S
4 f. Not more than a 12 gereerzt maximum loss whan subjective io 5 cyclas of
S sodiurn sulfate soundness per ASTM C88
6 3. Fine Crushed Rock
7 a. Durable crushed rock
8 b. Meets the gradatian of ASTM D448 size numbers 8 or 89
4 c. IWIay be unwashed
1D d. Free from si�nifican.t silt clay or unsuitable materials.
1 I e. Have a percentage of wear not more than 40 percent per ASTM C 131 ox C535
12 f. Not more than a 12 percent maximum loss when subjectiv� to S cycles of
13 sodium suIfafe soundness per ASTM CS$
14
15
lb
I7
18
19
Za
21
22
23
24
25
26
27
28
29
30
31
32
n
Balla:st Stone
a. Stone ranging fram 3 inches to 6 inches in greatest d�men.sion.
b. May be unwashed
c. Free from significant siIt clay or unsuitable materials
d. Percentag� of wear not more than 40 percant per ASTM C131 ar C535
e. Not mare than a 12 percent maximum loss when subjected to S cycles of
sodium sulfate saundness per ASTM C88
�lcceptable Backfill Material
a. In-situ ar irn.ported soils classified as CL, CH, SC or GC in accordance with
ASTM D2487
b. �'ree firatn. deleterious materials, houlders ovcr 6 inches �n size and Qrganics
c. Can b� placed frea from voids
d. Must have 20 percent passing the number 200 sieve
Blended Backfill Material
a. In-situ. soils ciassified as SP, SM, GP or GM in accordance with ASTM D2487
b. Blended with in-situ or impflrted acceptabla back�ill material to meet the
requir�zatents of an Acceptable Backf'ill Material
c. �'re� fra�tza deleterious materials, boulders over 6 inches in size and organics
d. Mus� have 20 percent passing the nwmbez' 200 sieve
CJnacceptable Backf'ill Material
a. In-situ soiis classified as ML, MH, PT, OL or QH in accordance with ASTM
D248'i
Select k'ill
a. C�assified as 5C or CL in accordance with ASTM D2487
b. Liquid lirnit less than 35
c. Plasticity index between 8 and 20
C.ement Stabilized Sand (CSS)
a. Sand
I} Shall be clean, durable sand m�eYing grading requirements for fine
aggregates of A�TM C33 and the follor�ving requirements:
a) Classified as SW, SP, or SM by the United 5oil Classification Systa�a�
of ASTM D2487
b) Daleterious materials
(1) Clay lumps, ASTM C142, less than Q.5 pereent
(2) Lightweight pieces, AS'I'M C123, less than 5.0 percent
�
�
33 7
34
35
36 S
37
38
39
40
41
42
43
4�
45
46
�7
48
G`7
CITY OF F�RT WOIiTH NORTHPO1hfTE 24-F3dCH WAT�R T'12t�NSMIISSION MAI3V (lY4-lA)
STAl�[DA1LD CONSTRUCTiOlV 5PECIFiCATION DOCiJM�NTS Ciry Praject No. 1Q3S05
Revised Apd12, 202I
_g
i]T'1LI1'Y TRENCfi EXCAVAT�ON, EMBEDMENT, AND BACKFILL
Page 8 of2I
1 (3) Organic impurzties, ASTM C40, color no darker than standard
2 color
3 (4} Plasticity index of 4 or less when tested in accord�nce with ASTM
4 D4318.
5 b. Minimum of A peroent cement cantent of Type IIII portland cement
b c. W ater
7 1) Potable water, free of sails, acids, alkalis, organic matter or other
8 deIeterious substances, meating requirements of ASTM C94
9 d. Mix in a stationary pug miIl, weigh-batch or continuous n�ixing plant,
10 e. Strength '
11 1) SQ to 150 psi cnmpressive strength at 2 days in accordance with ASTM
12 D1633, Methad A
13 2) 200 to 250 psi comprassl�e strength at 28 days in accordance with ASTM
14 D1633, Method A
15 3) The maximum compressiva strangth iz� 7 days shall be 400 psi. BackfiIl
I6 that exceeds the maxirnum compr�ssive strength sha11 be removed by the
17 Contractor for no additianal compensation.
18 f Random samples af delivered produc# wi11 be taken in the field at point of
19 delivery far each day of placement in the work ar�a. Specimens will be
20 prepared in accordance with ASTM D1532.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
44
10. Contralled Lav�r Strength Material (CLSM)
a. Ganform to Sectinn 03 34 13
11. Trench Geotextile Fabric
a. Soils other than ML, or OH in accordance with ASTM D2487
1) Needle punch, nonwoven geotextile composed of polypropylene fibers
2) Fibers sh�11 retain their relative position
3) Inert to biofogical degradation
4) Resist nat�rally occurring chemicaIs
S) UV Resistant
6) Mira� 140N by Tencate, or approved equal
b. Sails Classifiad as ML or OH in accordance with ASTM D24$7
1) High-tenacity monofilatr�ent polypropylene woven yarn
2) �'ercent open area of $ percent �010 percent
3) Fibers shall retain their relative position
4} Inert to biological degradatian
5) Resist naturally ocaurring chemicals
6) LTV Resistant
7} Mirafi FW402 by Tencate, ar appro'ved equal
12. Concrete Encasement
a. Confozx�a to S�ction 03 30 OD.
CITY OF FpRT WORTH NdRTHPOINTE 2�4-INCH kYATER TRAN3MISSEdIY M.t1IN (N4-lA)
STANDAI2D CON5TALICT'TON SPECiFICATION DOCiTIuIENTS City Projecf Na. ] 03505
Ttevised April 2, 2021
_g
U�ILITX TRENCH EXCAVATTON, EMBEDMENT, A1+�D aACKFILL
Page 9 af 21
2.3 ACCESSORIES [NOT USED]
2 2.4 SaURCE QUALITY CONTR4L [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION
6
7
8
4
10
11
I2
13
14
15
16
17
18
19
20
21
A. Verification of Condifions
�. Review all known, identified or markad utilities, whether pubiic or private, prioz' to
excavation.
2. Locate and protect a1I known, identified and tnarked utilities flr underground
faciliYies as excavation progresses.
3. Natify all utility owners within �he projeet limits 48 hours prior #a beginning
e�ca�vatian.
4. The infarmation and data shown in the Drawings with respect to utilities is
appro�itnate and based on recard informa�ion or on physical appurtenances
observed wit�n the project limits.
S. Coardinate vuith the Owner(s) of underground faciliti�s.
6. Taanmediately natify any utiliry ovvner of damages to underground facilities resulting
from construction activities.
7. Repair any damages r�suIting from the construction activities.
B, Notify the City immediately af any changed conditzan fhat impacts excavation and
installafion of the proposed utility.
22 3.3 PREPARATIQN
23 A. Protection af In-Place Conditions
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
1. 1'avement
a. Conducf activities in such a way that does not damage existing pavemeni that is
designated to remain.
i) Where desired to move eqt�ipznant not iicensed for operation on public
roads or across pavement, provide means to protect the pavement frorrz all
daznage,
b. Repair ar replace ariy p�vazxaezat damaged due to the negligence of the
contractor outside the limits designated for pavement remQval at no additional
cost to the City.
2. D:rainage
a. Maintain positive d.rainage during construction and re-es#ablish drainage for all
swales and culverts afFeated by construction.
3. Trees
a. �1V�hen operating outside of e�isting ROW, stake perma�ent and teznporaty
consfiruction easements.
h. Restrict al� constractinn activifies to the designated easements and ROW.
c. Flag and protect all tz'ees designated to remairi in accordat�ce with Section 31 1 D
00.
CITY OF FORT WpRTH NORTHPOINT� 24-1NGT�'4VATER TRANSM[SSIDN N1AIN (N4-IA)
5TA1�iDARD CON 5"i'RUCTCDN SPECIFTCATION DOC�(]MENTS City Project No. 103505
I�evised Apri12, 2021
-10
UT'TLITY TRENCH EXCAVATI4N, EMBEJ9I��fENT, A11D BACISFILL
Page l0 of21
I d. Conduc# excavation, embedrneni and backfill in a manner such tha# there is no
2 damage to the tree canopy.
3 e. Prune ar trnn tres limbs as specifically allowed by the Drawings or as
4 specifically allawed by the City.
5 1} Pruning ortrimming may only be accornplish�d with equipments
6 specifically designed for tree pruning oz'trirnrning.
7 f. Remove trees specifically dasi.gnated ta be removed in the Drawings in
8 accardance with Section 3 i 10 00.
9 4. Abava ground Structures
la a. Protect alI above ground structures adjacent to the construction.
1 i b. Remove above ground structures designated for remo�al in the Drawings in
12 accordance with Section 02 4T 13
13 S. Traffic
14 a. Maintain existing traffc, except as modified by the traffic control plan, and in
15 accordance with 5ection 34 7I 13,
16 b. Do not b1Qck access to driveways or alleys for extended periods of Eime unless:
l7 1} Alternati�e access has been pror�ided �
i8 2) Proper notiiication has been provided to the property av�+ner or resident
I9 3) It is specifically allowed in the traffic eontrol plan.
20 c. Use iraific rated plates to maintain access until access is restored.
21 6. Traffzc Signal —1'oles, Mast Arms, Pull boxes, Detector loops
22 a. Notify the City's "I'ransportation Management Iliuision a minirnum af 48 hours
23 prior to any excavation that could inr�pact the aperations of an existing traffic
24 signaI.
25 b. Protect alI trafFic signa� poles, masi arms, pull boxes, traffic cabinets, conduit
26 and detector laops.
27 c. Imtnediately notify the City's Transportation Managetnent Division if any
28 dama�e occurs ta any component of the traffic Sign.al due to the contractors
29 activities.
30 d. Repair any dartzage to the traffie signal poles, mast arms, pu11 baxes, tx'aific
31 ca�inets, conduit and detector loops as a result of the constructian activities.
32 7. Fences
33 a, Protect all fences designated to remain.
34 b. Leave fen,ce in the equal ar bett�r cnndition as pri.or to constructian.
35 3.4 INSTALLATION
36
37
38
39
40
4.1
A. Excavation
1. Exeavate to a dept� indicated an the Drawzngs.
2. Trench excavations are defined as unclassified. Na additional payment shall be
granted for rock or other in-situ materials encauntered in the trench.
3. E�cavate to a width sufficient for Iaying the pipe in accoxdanc� with the Drawings
and bracing in accordance with the Excavation Safety Platz.
�2 4, The bottom. of the exca�ation shall be firm and free fi�om stand.ing wat�r.
43 a. Notify the Crty iz�nzxiediately if the rvater andlor the in-situ soils do nat pro�vid�
44 for a firm trench bottom.
45 b. The City w111 determine if ar�y changes are required in the pipe foundation or
46 bedding.
CITY QF FORT WDATH NORTHPOINTE 2q-INCki WAT�R TfiAN5M1SSI0N MACN (N4-]A)
$TANDARD CONSTRUCTION SPECIFICATEON DOCi71VIF..NTS City Project No.103505
Ftevised April 2, 2021
-11
UTILITY TRENCH EXCAYATIQIV, EIviBEDIvIENT, AI�[D BACKFILL
Page 11 of21
I 5. Unless otl�erwise permitted by the Drawings or by the City, the limits of the
2 excavation shall noi advar�ce beyond the pipe placement sa that the trench may be
3 backfilIed in the same day.
4 6. Over Excavation
5 a. Fill over excavated areas with the specified bedding material as specified for
6 the specific pipe to be installed.
7 b. No additianal payment will be made for over exca�atian or additional bedding
8 material.
9 7. Unacceptable Backfill Materials
10 a. In-situ sails clas�ified as unacceptable backfill material shall be separated from
11 acceptable backf ll tnaterials.
12 b. I�the unacceptable bacicf'iIl material is to be blended in accardance with this
13 Specification, then store materiai in a suitable location u�t�til the material is
14 blended.
15 c. Remove all unaccep�able material t'rom the project site that is not intended to be
16 ble�►ded or modified.
17
I8
19
aa
21
22
8. Rock — No additional compensation will he paid �or rock excavation or other
changed field cflnditians.
B. Shoring, Sheeting and Bracing
1. Engage a T�icensed Professional Engineer in the State of T�xas ta design a site
specifie excavation safety system in aceardance with Federal and State
requirements.
23 2. Exca�atlon proteetion systems shalI be designed according to the space limitations
24 as indicated in the Drawings.
25 3. Fumish, put in place and maintain a trenc�a safety systern in acco.rdance with the
26 Excavation Safety P1an and required by Fedez'al, 5tate or local safety req�zirements.
27
28
29
30
31
32
33
39
35
36
37
38
39
4D
4I
42
�43
4. If soil or water candiiions are encaunter�d that are not addressed hy the cu�rent
Excavation Safe�#y Plan, engage a Licens�d Professional Engineer in the State of
Te�as to modify the Excavation Safety Plan and provide a revised subrnittal to the
Ciiy.
S. Do not a11ow soi1, or water contaitung soil, to migrate through the Excavatian
Safety System in sufficient quantitzes to adversely affect the suitability of the
Excavation Protectio� 5ystem. Movable bracit�g, s�oring plates or trench boxes
used to support the sides af the trench e�cavation shall not:
a. Disturb the embedment locat�d in the pipe zone or Iower
b. Alter the pipe's line and g�ade af�er the Excavat�on Protection System is
rema�ed
c. Compromise the campaction of th� ernbadment located below the spring line of
the pipe and in the haunching
C. Watar Cantrol
3. Surface Water
a. Furnish all materials and equipment and perfarm all incidental work required to
direct surface water away fram tlae excavation.
�44 2. Ground Water
45 a. Furnish all materzals and equipment to dewater ground water by a m.ethod
46 which preserves the �t�disturbed state ofthe subgrade soils.
47 b. Do not allow ihe pipe to b� stibme�ged within 2� haurs after placement.
CITY OP FQRT WORTH MORTHPOINTB 24-INCfi WATER TRANSN[[SSION MAIN {N4-IA)
STAN�ARD CQNSTRUCTION SPECTFICATIOl�i BOCU3VIE3V"1'S City Projec.t No. 103505
Revis�d Apri12, 2021
-12
i3TILITY TRENCH EXCAVATION, EMBEDMENT, ?.iVD BACKFILL
Page 12 of 21
1 c. Do nat allow water to fiow o�er concrete until it has sufficiently cured.
2 d. Er�age a Licensed Engineer in the State of Texas to prepar� � Grotand Water
3 ControI P�an if any of�he following conditions are en.catantered:
4 1) A Ground Water Control Plan is specifcally required by the Contract
5 Docu�ezats
6 2) If in. the sale jUdgtnent of the City, ground water is so severe that an
7 Engineez'ed Graund Waier Control Plan is required to protact the trench or
8 #he instaliation of th� pipe which tnay include:
9 a) Graund water leveIs in the trench are unahle to be maintained below
10 the tap of the bedding
11 b) A firm trench hottom car�nat be maintained due to ground water
12 c) Ground w�ter entering the excavation underrnines the stability of the
I3 ex�avation.
14 d} �round water entering the excavation is transporting unacceptable
15 quantities nf soils through the Excavation Safety System.
15 e. In the event that there is no bid item for a Crround Water Control and the City
17 requires an Engineered Ground Water Control Plan due to conditions
1 S discovered at the site, the contractor will be eligible to submit a chan�e order.
19 f. Control of gra�d water shall be considered subsidiaty to the excavation vvhen:
24 1) No Ground Water Control Plan is specifically identified and required in #he
21 Contract Doc�ments
22 g. Ground Water Control P1an installa#ion, aperatian and tz�.aintenance
23 1) Furnish a11 materials and equipment necessary to im.plement, operate and
24 maintaan the Ground Water Control Plan.
25 2) Once fhe exc�avation is compleie, remove all ground water contral
26 equipmen.f not called to be inc�rporated into the work.
27 h. Water Disposal
28 1} Dispose of ground water in accordance with City po.liey or Ordinance.
29 2} Do not discharge ground water onto ar acrass private property withou#
30 written permission.
3 i 3} Permission from the City is required prior to dispasal into the Sanitary
32 Sawer.
33 4) Disposal shall not violate any Federal, State or lacal regulations.
34 D. Embedmetat an.d Pipe Placement
35 1. Water Lines lass than, or equal tn, 12 inches in diameter:
3b a. The entiz'e atnb�dment zone shall be of unifo.rm material.
37 b. Utility sand shall be generally� used for embedment.
38 c. If ground water is in suf�cient quantity to cause sand to pump, then �ase
39 crushed rack as embedznant.
4a 1) If crushed rock is not speci�ically idezzti�ed in the Cflntract Dacuments,
41 then crushed rock sha11 be paid by the pre-hid unit price.
42 d. Place evenly spread bedding material on a f rm tretach bottorn.
43 e. Provide iirm, uniform bedding.
�4 f. Place pipe on the bedding in accordance with the alignment of tlae Drawings.
�+5 g. In no case shall. the top of ihe pipe be less than 42 inches from the sa:rfaca of the
�6 propased grada, unless speci�'ieally called for in the Drawings.
47 h. Place embedment, including iz-�itial backfill, to a minimam of 6 inches, but not
48 more than 12 inches, above the pipe.
CITY OF' FORT WORTH NORTHPdINTB 24-INCH'Vi'ATEiZ TRAN�ivIISSION MA1N (N4-1 A)
STANDARII CONSTRUCTION SPECIFICATION AUCUMENTS City Project No. 303505
�evised April 2, 2021
-l3
UTILITY TRENCI� EXCAVATIONI, EMBEDMENT, AND IIACKFILL
Page 13 af 2 t
L i. Where gate valves are present, the initial backf ll shall extend to b inches above
2 the ele�ation of the valve nut.
3 j. Form all bIocking against undisturbed treneh wall to the dimensions in tl�e
�4 Drawings.
S k_ Cornpact embedment and initial backfiIl.
6 1, Place marker tape on top of the initial trench backfill in accordance with
7 Section 33 OS 26.
9
1Q
11
12
1�
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
2. Water Lines 16-incf�es through 24-inches in diarnet�r:
a. Tlae entire embedment zone shall be af uniforn► material.
b. Utility sand may be used for embedment wlaen the excavated trench depth is
less than 15 feet deep.
c, Crushed rock or fine crushed rock shall be used for e�nbedment far excavated
trench depths 15 feet, or greater.
d. Crushed rock shall he used for embedment far steel pipe.
e. Provide trenGh geotextile fabric at any lacation wl�ere crushed rock or iine
erushed rock come into eon�act with utility sand
f. Place evenly spread bedding nnaterial on a f�rm trench bottom.
g. Pro�ide firrn, uniform bedding.
1) Additi�nal bedding may ba required if ground water is present jn the
trench.
2) If additional crushed rrock is required not specifically identified in th�
Contract Documents, th�n cz'ushed rock shall be paid by the pre-bid ur►it
price.
h. Place pipe on the bedding according to the aiignment shown on the Drawzngs.
i. The pipe line shall be within:
1) f3 inches of the elevation on the Drawings for 16-inc� and 24-inch watar
lines
k.
1.
m.
n.
o.
P�
PIace and compact emhedment material to adequately support haunchas in
accordance with the pipe :nn.anufactur•er's recommendations.
Place renaaining embedment including initial backfill to a nninimum of 6 inches,
hut nnt rnore than 12 inches, above the pipe.
Where gat� valves are present, the initial backfill shall extend to up ta the valve
nut. '
Compact tlne embedrnent and initial backfill to 9S perceni Standard Proctor
ASTM D 698.
Density test performed by a commercial testing firt� approved by the Gity to
verify that the compaction of embedment meets requir�znents.
Place trench geatextile �abric on top of the initial backf'ill.
Place marker tape on top of the trench geotextile fahric in accardance with
Sectian 33 05 26.
41 3. Water Lines 34-inches and greater in diameter
42 a. The entire embedment zone shalI be of uniform material.
43 b. Crushed rock shall be �ased for embedment.
44 c. Provide tz'ench geotextile fabric at any location where crushed rock or fine
45 exushed rock come into contact with utilify saind.
46 d. �'lace evenly spread bedding. material on a�irm trench bot#om.
47 e. Pror�ide firm, uniform bedding.
48 I) Additional bedding rnay be required i� ground water is presen:t in the
�9 trench.
CI'TI' OF xO1tT WORTH NO1tTHPOII�FTE 24 INCH WF.TER TRAN$MISSIQN IVI,41N (N4-1 A)
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No.1035D5
Re�ised April 2, 2021
-l4
UT'1L1TY TitENCH EXCAVATION, EMBEDMENT, AND BACKFILI,
Page 14 of 21
1 2) If additional cxushed rock rs required which is n.ot specifically identified in
2 the Contract Documents, then cruslaed z'ock shail be paid by the pre-bid unit
3 price.
4 f. Place pipe on the bedding accarding to the alignment shown on ihe Drawings.
5 g. The pipe line shall be within:
6 1} fI inch ofthe elevation on the Drawings for 30-inch an.d larger water lines
7 h, Place and compact embedment material to adequately support haunches in
8 accordance with the pipe manufacturer's recommendations.
9 i. �'or ste�l pipe greater than 30 inches in diaineter, the initial embedment li$ shall
IO not exceed the spring line prior to compaction.
I 1 j, Place remaining embedment, including initial backfill, to a minimum of 6
12 inches, but nat mare than 12 inches, above th�: pipe.
I3 k. Where ga�e valves are present, the initial back�ll shall extend to up to the valve
14
15
16
17
18
1R
20
21
�
m.
n.
Q.
nu#.
Compact the embedment and initial backfill to 95� percent Staridard Proctor
ASTM D 698.
Density test may be performed by a c��mercial testing firz�n approved by the
City to veriiy that the compaction of embedment meets requirements.
Piac� trench geotextile t'abric on top of the initial backfill.
Place rnarkEr tape on top of the trench geatextile fabric in accordance with
Secti�n 33 O5 26.
22
23
2A
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
4S
46
47
48
49
9. Sanitary Sewer Lines and Stoz'nn. Sew�z' Lin�s (HDPE}
a. The entire embedment zone shall be of uniform material .
b. Crushed rock sha1I ba used fo.r embedment.
c, Place evenly spread bedding material on a f rm trench bottozn.
d, Spread bedding so that lines and grades are mazntained arad that there are na
sags in the sanitazy sewer pipe line.
e. �'xovide firrn, uniform bedding.
i) Additional bedding may be required if ground water is present in the
trench.
2.} If additional crushed rock is required wkuch is not sgecifically identified in
the Cantract Documents, then crushed rack shall be paid by the pre-bid unit
price.
, f. Place pipe on the bedding according to the alignment sf�own in the Drawz�gs.
g. The pipe line shall be within tQ, l inches of the elevatian, and be consistent
with the grade shown on the Dra�,vings.
h. Plaoe arzd cotz�pact embedment material to adequaterty support haunches in
accordance with the pipe manufacturer's recommenda#ions.
i. �'or sewez' Iines greater than 30 inches in diameter, ihe embedment lift shall nat
exceed the spr�ng line prior to compaction.
j. Place remaining embedtnent including initial backfill fo a muvmum of 6 inches,
but nnt more than 12 inches, ahove th� pipe.
k. Compact the embedment and initial backfiII fa 95 percent Standard Proctor
ASTM D �48.
�. Density test rnay be perfortned by a cornmercial testing firtr� approved by the
City to verify that the campaction of emberlment meets rec�uireme�ts.
m. Place trench geoteactile iabric on top of the initial backfill.
n. Place marker tap� on top oi the irench geatextile fabric in accordance with
Section 33 C15 26.
CITY OF FORT W4RTH NORTHPOINT� 24-INCI-I WATER TRANSMISSION MAIN (N4-lA)
STANDARD CQNSTRUCTION SP�CIPICATIOAT DOCUI�ENTS C'ity Praject No. 103505
Revised ApriI 2, 2Q21
-15
UTILI'I`Y TRENCH EXCAVATLON, EMBEDMSNT, AND BACKi�ILL
Page lS of2]
1 5. Storm Sevaer (RCP}
2 a. The beddizzg and the pipe zone up to the spring line shall be of unifarm
3 material.
4 b. Crushed rock shall be used far embedment up to the spring line.
5 c. The specified backfill znaterial may be used above the spring line.
6 d. Flace e�enly spread bedding material an a firm trench battom.
7 e. Spread bedding sa th.at lines and grades are maintained and that there are no
8 sags in tlae startn sewer pipe line.
9 f. Frovide firm, uzuform bedding.
10 1) Additional bedding may be required if gtound water is present in the
11 trench.
12 2) If additiona3 crushed rock is required which is nat specifically identiiied in
13 the Cantra�t Documez�ts, then crushed rock shall be paid by the pre-bid unit
14 price.
15 g. Place pzpe an the bedding according to the alignment of the Drawings.
16 h. T�e pipe line shall be within t0.1 inches oftha elevation, and be consistent
17 with the grade, shown on the Drawings.
18 i. P1ace embedment materia! up to ihe spring line.
19 1) Place embedment to ensure that adequate support is obtained in the haunch.
2� j. Compact the e�nbedment and initial backiill to 95 percent Standard Froctor
21 ASTM D 698.
22 k. Density test may be performed by a commercial testing firm approved by the
23 City to verify that the compaction oi eznbedment meets r�quirements.
24 1. Place trench geotextile fabric on top of pipe and crushed roek.
25 6. Storm Sewer {PP - Polypropylene)
26 a. The en.tire embed�nent zone shall be of unifortn tz�aterial.
27 b. Grushed rock sha11 be used for ernbedment up to top ofpipe.
28 c. �lace evenly spread bedding materia.l on a firm trench bottom.
29 d. Spread bedding so that lines and grades ara znaintained and that there are no sags
30 in the storm sewer pipe line.
31 e. Provide fi�n, uniform bedding.
32 1) Additional bedding may be required if ground water is presen.t in the
33 trench.
34 � 2) If additional crushed rack is required which is not sp�ciftcally
35 identified in t�e Cont�'act Docume�ts, then crushed rock sha3l be paid
36 hy the pre-bid unit price. '
37 f. Place pipe on the bedding accarding to the alignment shown in the Draw ings.
38 g. The pipe Iine shall be within �0.1 i nches of the elevation, and be consistent with
39 tlte grade shown on the Drawings.
�FQ h. Place and compact e:tt�bedtnent material to adequately suppo�rt haunches in
41 accordance with the pipe manufacturer's recammendations.
42 i. Compact the embedment and initiai backfill to 95 percent Standard �'z'octar
43 ASTM D 698.
�4 j. De�sity test may be parformed by City to verify that the canapaction of
45 embedment meets requirements.
46 ic. Place trench geote�ile fabric on top of the initial backfiil.
�47 7. 5torm Sewer Reinforc�d Concrete Box
48 a. Crushed rock shall be used for badding.
49 b. The pipe zone and the initial backf'iIl shall be:
CITY OF F�RT WDRTH NORTHPOINT� 24-I�fCH WATER TRAIVSMESSIq1Y MAI1V (N4-lA)
STANDARD CdN5TRUCTION SPECIFICATIOl�i 130CUMB3VT5 City PrajectNo. IQ3505
Ravised April 2, 202I
-1G
UT'IL[TY TItENCH EXCAVATION, EMBBDIV[ENT, An'D BACKFILL
Page ]bof21
1 1) Cr�shed rock, ar
2 2) Ac.ceptable backfill material compact�d to 95 percent Standard Proctor
3 density
4 c. Place evenly spread compacted bedding maierial an a firm trench bottom.
5 d. Spread bedding s.a that lines and grades are maintained and that there are no
6 sags in the storm sewer pipe Iine.
7 e. Provide �irm, uniform bedding.
8 1) Additiona.� beddzng may be required if ground water is present in tihe
9 trench.
10 2) If additianal crushed roek is required which is not specifically identifted in
11 the Contract Doc�.�txaents, then crushed rock shalI be paid by #he pre-bic� unit
12 price.
13 � £ FiII the annular space between multiple boxes with crushed rock, CLSM
14 according to 03 34 13.
1 S g. Place pipe on the 6edding according to the alignment of the L7rawing�,
16 h. The pipe shall be �+ithin f0.1 inches of the elevation, and be consistent with the
17 grade, shown on the Drawings.
18 i. Compact the err►bedment initial backfill to 95 percent Standard Proctor ASTM
19 Db98.
20
21
22
23
24
25
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
40
4J.
42
43
44
45
46
47
48
8. Water 5er�ices {Less than 2 Inches in Diameter)
a. The entire embedment zane shall b� of uniform material.
b. Utility sand shall be generally used for embedment.
c. Plaee evenly spread bedding material on a finm trench bottom.
d. Pravide firm, uniform bedding.
e. Place pige on the bedding according to the alignrnent of the Plans.
f Compact the initial hackfill to 95 percent Standard Prnctor ASTM D698.
9. Sanitary Saw�t- Services
a. The entire embedment zone shall be of unifvrm ma#erial.
b. Crushed rock shall be used %r embedrnent,
c. PIace evenly spread bedding material on a frm treneh bottom.
d. Spread be�lding so that lines and grad�s ara maintained and that there are na
sa�s in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
1), Additional bedding rnay be required if gxound water is present in the
trench.
2} If additinnal crushed rock is required which is not speci�ically identified in
t�e Contract Documents, then crushed rock shall be paid by the pre-bid unit
przc�.
£�'lace pipe an the bedd u'zg according to �he alignment of the Drawings.
g. Place remaining embedment, izacIuding initial backfill, to a minimum of 6
inches, but no# more than 12 inchas, above the pipe.
h. Comgact the initial backfll to 95 percent 8tar�daxd Proctor ASTM Db98.
i. Density test may be required ta verify that Yha compaction meets tha density
requirements.
E. Trench Backf ll
1. At a minimum, place backfill in such a manner that the required in-place d�nsity
and moisture content is nbtained, and so that there wilI be no damage to the surface,
pavement ar structures due to any trench settlement or trench movert�e�.t,
C1TY O�' FORT VIrORTH NOT{TT�POTNTE 24-INCH WATER TRAI�SMISBION N[A1N (N4-lA)
STANDARD CQNSTRUCTIQN SY�CIFICATION DOCUMET�T`5 CiYy Praject No. 143505
Revised April 2, 2a21
-i�
UTILTTI' T'RENCH EXCAVATLON, EMBEDIVIENT, ANI9 BACKFILL
Page l7 of 2]
1 a. Meeting the requirement herein does not relieve the responsibility to damages
2 associated with the Work.
3 2
4
5
6
7
8
9
10
li
I2
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
41
42
43
44
45
46
�7
48
49
Backfill Material
a. Final backfiil not under existing pavement or future pavement)
J } Backfill with:
a} Acceptable backfill material
b) Blended backfill material, or
c) 5e�ect backfill material, CSS, or CL.SM when specifically required
b. Final backfi�l depth I S feet ar greater (under existing or future pavement)
1) Backfill depth fram 0 to15 fe�t de.ep
a) Backfil� with:
(1) Acceptable back�ill rnaterial
(2) Blended back�ll material, or
(3) Select back�ll n�aterial, CSS, or CLSM when speciiieally required
2} Backfill depth from 15 feet and greater
a) Backfill with:
(I) Seleci Fill
(2) CSS, ar
(3) CLSM when specifically required
b)
c. Backfill for service lines:
1) Backfill for �ater or s.ewer service lines shall l�e ihe sarne as the
requzrement of the main that the service is connected to.
3. Required Coz�apaetion and Density
a. Final backf 11 (depths Iess than 15 feedunder existing or futt�re pavement}
1) Compact acceptable backfill material, hlended backfiIl tn.atez'ial or select
backf"ill to a rninimum of 95 percent S#andard Proctor per ASTM D698 at
moisture cantent within -2 to f5 percent of the optimutn moisture.
2) CSS or CLSM requires no compaction.
b. Final backfill (depths 15 feet and greaterlunder e�sting or futuz'e pa�ement)
1) Com�act salect backfiIl to a minimt�m Qf 98 perceni Stat�dard Pract�r per
, ASTM D 698 ai moisture content within -2 to +5 percent of the optimum
moisture up to the fina! grade. �.
2} CSS or CLSM requires no campaciion.
c. �`inal backfill not under existing or future pave�aent)
1) Compaet acceptable backfill material blend�d backfill material, or seiect
, backfiIl to a minimurn of 95 percent Standard Procfor per ASTM D 698 at
moistur� content within -2 to -�5 percent af the optimtzm t�aaisture.
4. Saturated Soils
a. It' in-situ soils consistently demonstrate that th�y are greater than S percent over
optimw�n inoisture content, the soils are considered saturated.
b. FIoading the trench or water jetting is strictly prohibited.
c. If saturated soils are identif ed in the Drawings or Geotechnical Report in the
Appendix, Contraciar shall proceed with Wark following all backf'ill
procedures outlined in tiie Drawings for araas of soil saturation greater than 5
percent.
d. If saturated soils are encountered duz'ing Work but not identified in Drawings or
Geotechnical Report in the Appendi�:
1) The Contractor shall:
C1TS' OF FOTLT WORTH NOATHPO]NTE 24-INCH WATHR TAANSMIS'STON MAIN (N4-1 A)
STANDARD CONSTRUCTION SPECIFiCATION DdCilME3VTS City Praject Ida. 103505
Revised Aprik 2, 2021
-1$
UTILITY TRENCH EXCAVATION, EMBEDMENT, AN� $ACICFILL
Fage l8 of 21
1 a) Immediately notify the City.
2 b) Submit a Contract CIaim for Extra Work associaied with direction from
3 City,
4 2) The City shall:
5 a) Investigaie soils and determine if Wark can proceed in the identitied
6 Iocation.
7 b) Direet the Contractor of changed backfill proceduz'es assoczated with
8 the saturated sails that may incl�de:
9 (1) Imported bacl�fll
1Q (2) A site specific backfill design
l i 5. Placement of Backfill
12 a. Use only compaction equipment specifically designed for compaciion of a
13 � particular soil type and within the space and depth liznitation �xperienced in the
I4 t�retlC�1.
15 b. Flooding the trencn or water setting is strictly prohibited.
Ib c. Place in loose lifts not to exceed 12 inches.
I'7 d. Compact to speci�ed densities.
18 e. Compact anly an top of initial backfill, undisturbed trench or previously
19 compacted backfill.
20 f. Remove any 1oos� materials due to tla� movement of any trench box or shoring
21 or due to sloughing of the trench wa11.
22 g. Install appropriate tracking balls for water at�d sanitary sevver trenches in
23 accordatace with Section 33 OS 26.
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
38
39
40
4i
42
43
44
45
46
47
48
6. Backfill Means and Methods Demanstratian
a. Notify the City in writing with sufiicient time for #he City ta obtain sarz�ples
and perfprm standard ptoctor test in accordance with ASTM Db98.
b. The results of the star�dard proctor test must be recei�ed pr�or to beginning
excavation.
c. Upon cammencing of backfill placennent for �he projeet the Contractor shall
demonstrate means and methads to obtain the required densities.
d. Demdnstrate Means and Methods for compactzon including:
1) D�pfh of lifts for backfill which sha11 not e�ceed 12 inch.es
2) Method of moisture control for �xeessively dry or wet backfill
3) PIacezir�ent and moving trench box, if used
�) Compaction teckuliques in an open trench
S) Compaction techniqu�s axound structure
e. Pro�ide a testing treneh hox ta prowide access to the recently backf�lled
material.
£ The City will provide a qualified testin� lab fulI time during this period t�
randomly test density and moisture cantinent.
1) The testing lab wll1 provide results as avaiIable on the job site.
7. Va�ying Graund Conditinns
a. Notify the City of �arying graund conditions and th� need for additinnal
proctors,
b. Request additianal proctors when soil conditions change.
c. The City may acquire additional proctors at ifs discretion.
d. Significant ehanges in sail canditions will require an additional Means and
Methods demonstration,
CITY OP FORT WOFLTH NOIiTHPOINTE 24-TATCH WATETt TRANSMISSION MA1N (rIa-lA)
5TAN17AAD CaNSTRUCTION SPPCIFICATIQN DQCUMENTS City ProjectNo. 103505
Re�ised Agri12, 2021
-19
UTILITY TRENCH EXCAVATION, EMBEDME�fT, AND BACKFILL
Page 19 af 21
3S REPAXR [N�OT USED]
2 3.6 RE-1NSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL
4 A. Fi�ld Tcsts and Inspections
5 1. Proctars
6 a. The City wili perfortn Froctors in accordance with ASTM D698.
7 b. Test results will generally be available ta with�zn 4 calendar days and distributed
g
9
10
11
I2
13
14
15
i6
17
18
19
20
21
22
23
24
25
26
2'�
28
29
30
31
3�
33
34
35
36
3'1
38
39
40
41
42
43
44
45
46
47
c.
d.
e.
io:
] } Contractor
2) City Project Manager
3) Cit}+ Iz�spectar
4) Engineer
Notify the Ci#y if the ehatacteristic of the soil changes.
City will perE'orm new proctars for varying soils;
1) When indicated in the geoiechnical investigation in the App�ndzx
2) If noti� ed by the Contractor
3} At the convenience of the City
Trenches where different soil types are present at different depths, Ck�e proctors
shall f�e based on the mi�ur� of those soils.
2. Density Testing ofBackiill
a� Density Tests shall be in confortr�.ance with ASTM D2922.
b. Provide a testing trench protection for tz'ench depths in excess of 5 feat.
c. P1ace, move and remave testing trench protection as necessary to facilitate alI
test conducted by th� commercial testing firm approved by the City.
d. The commercial testing Iab wzll perform moisture/density t�si for avery 200-ft
or iess of trencn length, as rneasured alQng the length of the pipe. A minimum
of one test shall be perfortned for every 2 vertical feet of conapacted backfill
material, independent of the cantrac#ar's lift thickness for cornpaction. Test
locations shall be staggered within each lift so that successive li$s are not
tested in the sazn.e lacation. A random number generator zx�ay be �sed to
detertnine test locations. Moist�re/density tests shall be per�armed at a depth
not more than 2 fe�t abave the top of the pipe bedding and in 2-foot increments
up to the final grade. The praject inspector or project manager may reguest
testing at an increased frequency and/or at specific looatians.
e. The contractor can proceed with subsequent earthwork only after fiest results £or
previously completed woxk camply with requirements. If ttte required
compaciion density has not been obtained, the backfill should be scarified and
moistened or aez'ated, ar remo�ed to a depth required, and be replaced with
approved backfill, and re-compacted to the specifted density at the cantractor's
expense. Tn no case will excavation, pipe-laying, oz' �ther operat�on be a�lowed
to proceed until the specified compaction is attainad.
f. The testing lab will provide results to Coniractor and tha City's Inspector upon
complefiion of the testing.
g. A formal report will be posted to the City's Aceela (Developer Frojects) and
BIIVI 360 (City Prajects) site r�ithin 48 hours.
h. Test reports shall include:
1) Location of test by station number
CITY OF FORT'VJOATH NORTHPOINTE 24-INCH WATER TRANSMI55ION MAIlV (N4-lA)
STANDARD CONSTR�7CTION SPECIFICATION DOCiJ�dEi�TTS City Pmject Na. 103505
ltev�sed April 2, 2021
- 2a
UTILITX TRBNCH &3CCAVATION, EMBEDMENT, AND BACKFILL
Page 20 a f 21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15 3.8
2} Time and date of test
3} Depth af testing
4} Field moistur�
5) Dry dansity
6) Pro�tor identifier
7) Percent Practor Density
3. Density ofEmbedment
a. Storm sewer boxes that are embeddad wiih acceptable backfill material,
blended backfill material, cement modifed backfill material or select material
wzll fallow the same testing procedure as backfill.
b. The City may test fine crushed rock or crushed rock embedmen� in accordance
with ASTM D2922 or ASTM 1556.
S. Non-Conforming Work
i. AlI nan-conforming work shall ba remnved and repiaced.
SYSTEM STARTUP [NOT USED]
16 3.9 ADJUSTING [NOT US�D]
I7 3.10 CLEANiNG [NOT USED]
18 3.11 CLOSEOiIT ACTIVIT�ES [NOT USED]
19
2Q
21
22
3.12 �ROTECTION jNOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE N�ME SUMMARY OF CHANGE
1.2 — Added Item for Concrete Encasement for LJtiGty Lines
�/arious Sections — Ravised Depths to Include 15' and greater
12/20/2D12 D. Johnson 3.3.A--- Additional notes for pavement protecCion and posiCive drainage.
3.4.�.2 -- Addedrequirements for backfi]l of service lines.
3.4.L.5 -- Added lan.guage prohibifing flooding of trench
I.2.A3 — Clarified measurement and payment for concrete �ncasement as per plan
b/�8/2�13 D. Johnsan quantity
2.2.A— Added language for concrete encasement
11/09/1b Z. Ar�ega 2.2.A.l.d Modify gradation for sand �aterial
2.2 A. l. E. - Added reference to pre-approved list af sand sourees for enibedment;
3.3 A. 6. - Chataged reference to Transportatian Management Division; 3.4 -
2f2b12021 Z. Arega Pravided clarificatian re; Use of commercia� testing firms approved by City and
backfil[ requirements; and 3.7 A, 2, Provided elari�cation re; backfill testing
requirements.
CITY QF FORT WORTH NORTHPOINTE 24-INCH WATElt TRANSMIS3ION NIAIbI (N4-lA}
STANDARD CONSTI2UCTTON SPECIFICATION DOCUI�ENTS C[ty Froject Nv. 1 Q3505
Revised April 2, 202 L
-21
UTILITY TRENCIi EXCAVAT[ON, EMBB�MENT, AND BACICFILL
Page 21 of 21
4/2/2021 I M Owen
CITY OF FORT WORTH
STANDARD CONSTRUCTION
Revised April 2, 2021
3.4 D. 6. Add cequirements St�rm Sewer (PP - Palypropylene)
NOATHPOTNTE 24-INCH Vi'AT�R `TIiANS]t�1f55ION MAIN (N4-IA)
SPBCIFiCAT[ON DOCUMiENTS City Pro,�ect Mn. 1�35Q5
330520-1
AUG�ii BORING
Page ] of7
1
2
3 PART1- GENERAL
�F 1.1 SUMMARY
SECTION 33 OS 26
AUGER BOR�NG
5 A, Section Includes:
6 1. Minirnum requirements for auger horing using 48-inch and srnaller casing pipe with
7 lengths less than 350 feet at the locations shovvn an the Drawings
8 B. Deviations from this City of Fort Worth Staiadard Specifieation
9 1. None.
i0
11
12
13
14
15
16 1.2
17
18
I9
20
21
22
23
24 ]..3
�5
26
27
28
2,9
30
31
32 ]..4
33
34
35
36 I.5
37
C. Related Specification Sections inciude, but are not necessarily limited to:
1. Divisian 0— Bidding Requirements, Contraet Forrns, and Conditions of the
Contract
2. Dz�isian 1— GeneraS Requirements
3. Section 33 OS 1fl — Utility Trench Excavation, Bznbedment and Backfil!
4. Section 33 OS 22 — Steel Casing Pipe
PRTCE AND PAYMENT PROCEDi7RE5
A. Measurement and Payment
1. Measurement
a. This Item is considered subsidiary to steel casing pipe canstnxction.
2. Payment
a. The work performed and mater�als fu�rnished in accordance with this Iiem are
subsidiary to the u_nit prrice bid per linear foat of By Other Than Open Cufi to be
complete in place, and na oth�r co3mpensation will be allowed.
REFERENCES
A. Reference Standards
L Reference standards cited in this Specification refer to the current reference
standard published at the tune of the latest revzsion date logged at the end of this
Specification, unless a date is specifically cited. �
2. Occupatianal Safety and Health Ad�xtitustration (a5HA)
a. OSHA Regulaiions and Standards far Underground Construction, Z� CFR,Part
1926, Subpart 5, LTnderground C:onstruction and Subpart P, Excavaiion.
ADMIIVISTRATIVE REQUIREMENTS
A. �:re-installation
1. Provide writien notice to the City at least 3 warkings days in advance of the
planned launch of auger boring oparatians.
SUBM.�TTALS
A. Submittals shail be in accordance with Section bl 33 00.
CI7'X OF FQRT WQRTH NORTHPOINTE 2q-�[CH WATEIt TRANSMISSOIIV MAAI (1V4-lA)
STANDARD CONS"i'KUCTIp�T SPECiFICAT[ON DOCUMENTS CITY PR07ECT No. 103505
Rev. ised Decemher 20, 2012
330520-2
AIJGER AORING
Page 2 of 7
B. All submittals shall be appraved by the City prior to delivery.
2 1.6 ACTION SUBMITTALSIINF012MATZ�NAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBM�TTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USED]
5 1.9 QUALITY ASSURANCE
6
7
8
4
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
A. Qualifications
1. Contractar
a. AIl boring work shall be performed by an experieneed subcontractor or
Cantractor who has at least 5 years of experience in performing tunneling work
at�d h.as ca.mpleted at least 5 boring projecis of similar diameter and graund
conditians.
1} At least 1 ofthe projects shall have anindividual baring Iength equal to or
greater in length than the longest tunnel on this project.
2} Submit details of ref�ren.c�d projects including owner's name and contact
infbrmation, project superintendent and maehin� operators.
b. The project superintendent shaI1 have at least 5 years of exparience supervising
boring construction.
I) `I`h� Contractar may be required to submit detaiIs ofreferenced project
includin.g owner's name, contact information and project superintendent.
c. The sife safety representative and personnel responsible far air quality
monitoring shall be experienced zn tunnel construction and shaIl have current
certification by OSHA.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEI)]
I.i1 FIELD [SITEJ CONDITIONS [NOT USED]
1.13� WARRANTY [NOT USED]
26 PART 2 - �RODUCTS
27 2.�. OWNER-�+URNISHED [o�] OWNER-SLTPPLIEDPRODUCTS [NOT US�D]
28 2.2 1VMATERxALS
29 A. Descriptian
30 I, Steel Casi�ag Pipe shall be in accordance with Sectivn 33 OS 22.
31 2. Tunnel Liner Plate is not pez�tt�.itted far use with Auger Boring.
32 B. Design Criteria
33 1. Design excavation methods and spail conveya�nce system for the full range of
34 ground canditions described in tha Geatechnical Repo�rts anfiieipated
3S 2. Tolerance
36 a. Pressurized Carrier pipe
CITYOF FORT WORTk3 NORTHPOINTH 24-INCH WATER'CRANSMIS30IF�I MAIN (N4-]A)
STANI3AItD CONSTRUCTION SPECIFICATTON DOCU[uIENTS CITY PA07ECT No. 103505
Revised December 20, 2012
33US20-3
AUGEli SORING
Page 3 of 7
1
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
lb
I7
IS
I) Lateral or vertical variation in the final position of the pipe casing from the
line and grade established by the Drawings shall be permit�ed only to the
extent of linch in TO feet provided that such variation shall be regular and
only in the duection that will not detrimentalIy afFect the function of the
carrier pipe and clearances from other underground utilities or structures.
b_ Gravity Carrier Pipe
1) Lateral variation in the �nal pos'ttion ofthe pipe casing.froin the line and
grade established by the Drawings shall be permitted only fo the extent of
iinch in 10 feet provided that such variatian shall be regular at�d only in the
direction that will not detrimentally aifact the function of the cat'riar pipe
and clearances from other und�rgraund utilities or structures.
2) Grades shown on Drawings must be maintai�.ed vertically.
3. Use methods at�d equipment that control sur�'aca settlement an�d heave above the
pipeline to prevent damage io existing utilities, facilities and irnprovements.
a. Limit any ground movements (settlemen�/heave) to valu�s that shall nat cause
damage to adjacent utilities ar surface features (i.e. paveme�t, struciures,
railroad tracks, etc.)
b. Re.pair any damage caused by gro�and mavements at no cost to the City.
19 2.3 ACCES�ORIES [NOT USED�
2D 2.4 SOURCE QUALITY CONTROL [NOT USED]
21 PART 3 - EXECUTION
22 3.1 IN'STALLERS [NOT U�ED]
23 3.� EXAM[NATxON [NOT USED]
24 3.3 PREPARATI�N
zs
26
27
28
z�
�a
31
32
33
34
35
A. Boring shall nat begin until the following have been completed:
1. Re�iew af available utility drawings and location of conduits and underground
utiIities in all areas where exca�ation fs to be perforined.
a. Notify the a�plicable one-call system prior to any excavation to avoid
interference with the existing conduits and utilities in accordance with Division
t.
1) Repair damage to existing utilities resulting from eYcavation at no
additional cost to the City.
b. Follow notification requirements of permit provider where applicable.
2, Complete pit exca�ations and support systerns for each drive in accordance with the
reqUirements of the Specifications.
36 3A INSTALLATZON
37
38
39
�FO
A. General
1. Immediately notify the Ci�ty if any problems are eneountered with equipt�tent ox
materials or if the Contractor believes the cnnditions eneountered are mafe:rially and
significantly diffarent ihan thase represented within the Contract Documents.
CITY OF FORT WDRTH NQRTHPOINTE 24-TNCA WATETt TRAIV5MI550IN MAiN (1�i4-1A}
STAIVi)ARD CONSTRUCT70N SPECIFICATION AOCUMBNTS CITY PRO.IECT No. 1�3505
Revised Aecember 2p, 2012
33 Q5 20 - 4
Ai7GER BORING
Page 4 af 7
1 2. Where pipe is required to be installed under railraad embankrnents or under
2 highways, streets or other facilities, construct�on sha11 be performed in such a
3 manner so as to not interfere with the operatian of the railroad, street, highway ox
4 other faciliiy, and so as not ta weaken or damage any e�r►bar�kment or structur�.
5 3. During construction operations, iurnish and maintain barricades and lights ta
6 safeguard tr�c and pedestrians until such time as tk�e backfill has been campleted
7 and then remove from the site.
4
10
T1
12
13
14
15
S.
Properly tnanage and dispose of groundurater inflows to the shafts in accordance
with requirretrzents of specif cations and all gerrnit conditions.
�. Discharge of groundwatar inflow into sanitary sewers is not allowed without
propex approval and permits.
Fumish all necessaty equipment, power, water and utilities for tuz��ling, spoil
remo�al and disposal, grouting and other associated work required for the methpds
af constructian.
6. Promptly clean up, remave and dispose of any spoil or sIurry spillage.
Ib 7. po not disturb road�vays, railroads, canal channels, adjacent structures, landscaped
17 areas or existing utilities.
18 a. Any damage shall be vnmediately repaired to original or better condition and to
19 the satisfaciion af the Engineer or permit grantor at no additional cost to the
20 City.
21 S. Whenever #here is a condition tha# is likely to endanger th� stability of th�
22 excavation or adjacent structures, operate with a full crew 24 hours a day, in.cludzng
23 weekends and holidays, without interruption, until those conditions na lr�ngex
24 jeopardize the stabiIity ofthe Work.
25
26
27
2$
29
30
31
32
33
34
� 35
36
37
38
39
40
4I
az
43
44
45
46
9. Notify the Texas One CaII system (800-2A�5-�5�15) to request marking af utilities by
utility owners / operators tha# subseribe to One Call, and shaIl ir�dividualIy notify
all othar known or suspected utilities to request marking of these utilities.
a. Con�tx�n that a11 requesied Iocates are made prior to commencing baring
ope rations.
b. VisuaTly confirm and stake necessary existing. Iines, cables, ax ather
undergro�nd facilities including exposing necassary crossing utilities and
utilities within 10 feet laterally of tha designed tunnel.
c. Control drilling and gcauting practices to prevent damage ta existxng utilities.
B. Boring Methods
1. Tunnel Iiner plate shall not be used for auger boring.
2, The Contz'actor shall be fully responsible for insuring the methods used are
adequate fax the prntectinn of workers, pipe, property and the public and to pro�ide
a �nished product as required.
3. Blasting is not allovved.
C. Pfts and Trenches
1. If the grade of the pipe at the end zs belaw the gt'ound surface, sui#able pits or
trenches shall be excavated far the pur�aose of conducti�g th� j acking operations
and for placing end joints ofthe pipe.
2. Wherever end trenches are cut in the sides of the embankment or beyond it, such
wark shall be sheeted securely and braced in a manner ta prevent earth fro�n caving
in.
C1TY OF FdR7 WDATH NOATHPOINTE 24-INCH Wt1'I'Eft'I'RANSMISSOIN MAIN (N4-IA)
STANDARD G�NSTRUCTION SPECIFICATION DOCi7MENTS CITYPROJECTNo. ]03505
Revised December 20, 2012
33 O5 20 - 5
AiJGER BOTZTNG
Page 5 of7
2
3
4
S
6
7
8
9
10
11
12
13
14
15
16
17
18
l9
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
3. The location of the pit shall rneet the approval of the City.
4. The pits of irenches excavated to facilitate these operations shall be backf'illed itt
accordance wiih 5ectian 33 OS 10 im�tn.ediately after the casing and carrier pipe
installation has been completed.
D. Boring
l,
2.
3.
4
E
�
7.
Install steel casing pipe by baring hole with the eartla auger and simultaneously
jacking pipe into place.
The boring shall proceed from a pit provid�d foz' th� boring equipment and
work�men.
Pilot Hole, required for 2�-inch and larger casings
a, By this �nethod an approximate 2-inch hole shall be bored the entire length of
the crossing and shall he checked for line and grade on the opposite end ofthe
bore from the wark pit.
b. This pilot hol� sha11 serve as the centerline of the larger diameter hole to he
bared.
c. Other methods of maintaining line and grade on the casing rriay be approved ii
acceptable to the Engineer.
d. Flaced excavated material near the tap of the working pit and disposed of as
required.
1) If no room is available, imm�diate ha�l off is required.
The use of water or other iluids in cozxt�ection with the boring operation will be
permitted only to the extent requzred to lubricate cuttings.
a. .Tetting or sluzcing will not be permitted.
In unconsolidated soil formations, a ge1-forming collnidai driIling �luid cansisting
of at least 10 percent of high grade carefully processed bentonite may ba used to:
a. ConsQlidate cuttings af the bit
b. Seal the walls. af the hole
c. Furnish lubrication for subsequent removal of cuttings and installation af the
pipe immediat�ly thereafter
Allowable variation frorn the line an� grade shal! be as specifiied in this
Specifcation.
AIl voids itta excess of 2 inches between bore at�d_outside of c�sing sk�all be pressure
grauted.
34 E. Contact Grvuting
35 1. Contact grout any voids caused by or encountered during the boring.
36 a. Modify equjpment and proc�dures as required to avoid reeurrence of excessive
37 settlezn�nts or dama�e.
38
39
4fl
41
42
43
44
F. Control of Line and Grade
1. Monitor line and grada continuously during boring operations.
a. Reeord deviation with respect to dasign Iine and grade once at each casing
j oint.
2. If the pipe installation daes not meet tYte specif'ted tolerances, correct �he
installation, including any necessary redesign of the pipeline or structures and
acquisition of necessary easements.
C1TY OF PORT WORTFI NORTHPOINT� 24-INCH WAT�R TAANSMISSOI�i NIA1N (N4-lA)
STANDARD CO1�T5TRUCTION SPECIFIGATIONDdCUMENTS CITYPROIECTNo. 103505
Revised I]ecember 20, 2012
330520-6
AUGER BpRIAfG
Page 6 of 7
1 3.5 CLEANUP AND RESTORATYON
�
c
4
5
6
7
8
9
10
lI
12
13
A. After complet�on of the boring, all construction debris, spoils, ail, grease and other
rnaterials sha11 be removed from the pipe, pits and all work areas,
B. Restaration shall follow construction as #he Wark pragresses and shall be completed as
soan as reasonably possible.
1. Restore and repair any damage resulting from s�arface settlement causad by shaft
excavation ar boring.
2. Any properiy damaged or destrayed shall be restored to a condition equal to or
better thata existing prior to construction.
3. Restaration shall be campleted na later than 30 days after baring is complete, or
earlier if required as part of a permit or easement agreement.
4. This provision for resto:ration shall include all property affected by the canstructian
operations.
t4 3.G RE-1NSTALLATION jNOT USED]
15 3.'� SITE QUALiTY CONTROL
16
17
18
19
20
21
22
23
24
2S
26
27
2$
29
3Q
31
32
33
34
35
36
37
38
39
40
41
42
43
44
A. Field Tests and Insp�ctians
I. Allow accass to the City and furnish necessary assistance and caoperation fio aid in
the observafions, m�ase�rements, data and sample collectio��, including, but not
Iimited to the following:
a. The City shall have access to the boring system prior to, during and following
all boring operatians.
b. The City shall have access ta t1�e tunneling shafts prior to, during and following
all boring operations.
1) This shall include, but not be limited to, vis�al inspectian of instslled pipe
and verlficatlon of line and grade.
2) 'I'he Contractor shall provide safe access in accardat�ce with all sa�ety
regulations.
c. The City shall k�ave access to spnils removed from the boring excavatian priar
to, during atid follot�ving a11 bnring operations.
1) The City shaII be allowed to collect soil samples fram fihe muck buckets or
spoil piles a minimum af once every 10 f�et and at any time �vhen changes
in soil conditions or obstractions are apparent or suspected.
�. Safaty
1. The Contractor is responsible for safety on the job site.
a, �'erforn� all Work in accordance with the current applicable reg�alaYions of the
Federal, State and local agencies.
b. Zn the ev�nt of conflict, comply vvith the more restrictive applicable
requirement.
2. No gasoline powered equipment shall be permitfed in receiving shafts/piis.
a. Diesel, electrical, hydraulic, and a�r powered equipme:nt are acceptable, subject
to applicable local, State and Federal regulations.
3. Fumish and operate a temparary ventilation system in accoz'dance with applicable
safety requirements when personnel are underground.
a. Perform all required air and gas monitoring.
CITY OF FORT WORTH NORTHF�IN"1'E 24-Ii�iCH WATEA TRANSMISSQIN MAIN (N4-lA)
STANDARD CONSTRUCTIQN SPSCIF'ICATIDN DOCUMEI•ITS CITY PRpJECT No. 103505
Aevised December 20, 2012
330520-7
AUGER BOAING
Page7 of7
1
2
3
4
5
6
7
8
9
10
11
12
b. VentiIat�on system shall provide a su�icient supply of fresh air and maintain an
atmosphere free of toxic or fla�mable gasses in all undergrQund work areas.
4. Perform all work in aecordance with alI current applicable regulations and safety
xsquirements of the Federal, 5iate and Local agencies.
5. Gomply with a11 applicable provisions of OSHA 29 C�'R Part 1926, Subpart S,
Underground Construction and 5ubpart P, Excavations.
a, In fhe event of conflict, comply with the more stringent requiraments.
6. If personnel will enter ihe pipe during construc�ion, the Contractor shall deveIap an
emergency response plan for rescuing personnel trapped underground in a shaft
excavation or pipe.
a.. Keep on-site a�l equipment required for emergency response in accordance with
the agency having jurisciiction.
13 3.$ SYSTEm STARTUP �NOT USED]
14 3.9 ADJUSTING [NOT LTSED]
15 3.10 CLE.�I.NING [NOT USED]
16 3.11 CL4SEOUT ACTIVITIES [NUT USED]
17
18
19
20
21
3.I2 PROTECTION [NOT USED]
3.13 MAINTENANCE �NOT USED]
3.14 ATTACAMENTS [N4T USED]
END OF SECTION
Revision Log
DATE NAME SUIVIMARY OF CIIANG�
F�a
CI`C'Y OP FORT WORTH NOR'THFOINTE 24-[1VCH WATER TRAN9MlSSOIN 1ufAIN (N4-1 A)
STAN3�ARD CONSTRiJCTIDN SPECIFIC:ATION I�OCiiM$SVTS CITY PROJEG'[' Na. L D3505
Revised I?ecember 20, 2012
330521-1
TUNNEL LINER PLATE
Paga 1 vf 5
1
2
�7\_'.�1_li�e� a�;1_��'.7:�=1J
4 1.1 SUMMARY
5
6
7
8
9
l0
A. Section Includes:
SECTION 33 OS 21
TUNNEL LINER PLATE
1. Minimum requiremenis far manufacturing, furnishing and transporting Tuz�nel
Liner Plate to be �sed for excavation support as ins#alled By Other than Open Cut at
the 1pcations shown on the Drawings
B. Deviations from this City ofFort Worth 5fandard Specification
1. � None.
11 C. A�lated Specification "sections in�lude, but are not necessarily limited to:
12 1. Division 0-- Bidding Requirements, Contract Forms, and Conditians af the
13 Contract
14 2. Dit�ision 1— General Requirements
15 3. Section 33 OS 23 —Hand Tunr�eling
16 4. Sectioz� 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
17 Z.2 PRXCE AND PAYMENT PROCEDIIRES
18
19
za
2I
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
4a
41
42
A. Measurezneni and Payment
a, Measurement
1} Measured horizontally along the sutface for the lengtih of Tunnel Liner Flate
installed �
b. Payment
1) The work perfarmed and tnatez'ials furnished rn accordance with tlus Item and
measu�•ed as pravided und�r "Measutement" will be paid for at the unit price
�bid per Iinear foot of "CasinglTunne! Linar �'late, �y Other than Open Cut"
installed for:
a} VariQus Sizes
2} The work performed and materials furnished izz accordance with this Item and
measured as provided under "Measuz'eznent" wilI' be paid for at the unit price
bid per Tinear foot of "Tunnel Linez' Plat�, By Other tban Open Cut" installed
for:
a} Various Sizes
c. The price bid shaIl include:
I) Fumishing and instal.liiig Tunnei Liner Plate as specified by the Drawzn.gs
2) Mobilization
3} Launching shaft
4) Receiving shaft
5) Pavement removal
6) Excavation
7} Hauling
8} DispQsal of e�cess material
9) Futxiishing, placement, and compaction of backfi.11
CITY OF FORT WORTH NORTHPOINTE 24-IAfCH WATER TTtA1+fSMISSOA� MA1N (N4-lA}
STANDARD CONSTRUGTIpN SPSCIFICATION DOCUMENTS CITY PRDIECT No. 1 �3505
Revised �ecember 20, 2012
33d521-2
TUNI�iEL LINER PLATE
Page 2 of 5
1 1 Qj Clean-up
2�.3 REFERENCE�
3 A. Reference 5tandards
4 1. Referance standards cited in this Specification refer to the current referettce
5 standard published at the time of the latest re�ision date logged at th� end of tbi.s
� Specifica�ion, unless a date is speci�ically cited.
7 2. American Association nf State Highway and Transporta#ion C7�'icials (AASHTO)
8 a. LRFD, Bridge Design Manual, Section 12.13
9 b. M140, Biturn.inous-Coated Corrugated Meta1 Culvert Pipe and Pipe Arches.
ID 3. Amarican Society a�Testing and Materials (ASTM):
11 a. A 123, Standard Specification for Zinc (Hot- Dip Galvai�ized) Coating on Iron
12 and Steel �'r�ducts.
13 b. A153, 5tandard Speci�cation for Zinc Coating (Hot Dip) on Iroz� at�d St�el
14 Hardware.
15 c. A1011, Standard Specification for Stee1, 5heet and Strip, Hot-Koll�d, Carbon,
15 Structutal, High-�t7-ength T�nr�v-Alloy an.d High-Strength Los-Alloy with
17 Improved Foxlnability, and Ultra-High Strength,
18 1.4 ADMINISTRATIVE REQLTIREMENTS �NOT USED]
19 1.5 SUBMITTALS
2o A. Submit�als shall be in accordance with Section O1 33 Q0.
21 B. Ail subm.ittals shall be appro�ed by the City priar to delivery.
2� l.b ACTION SUBM�'I'TALSI�IVFO�2MATIONAL SiIBMITTALS
23 A. Product Data
24 1. Tunnel Liner Plate and fasteners
25 a. Material data
26 2. Ex�erior Caating
27 a. Material data
28 b. FYeld tnuch-up pracedures
29 3. Grout Mzx
30 a. Material data
31 B. Shop Drawings
32 1. Submit.calculations for the design of the Tunnel Liner Plate sealed by a Licens�d
33 Engineer in the State of Texas.
34 2. Detailed plan for grouting the void space on the exterior of the `I'unnel Liner Plate
35 3. Grout coupling location and spacing
CITY OF FORT WORTH NQRTHPOIAITE 2a-INCH WATER TRANSMISSOIN MAIN {1V4-lA)
STANDARD CONSTRUCTI{lN 3PECIFTCATION DOCLfNiENTS CITX PRpJECT No, 1035D5
Revised December 20, 2012
33p521-3
TUNNEL LINElZ PLATE
Page 3 of 5
�.� cLosEouT suBn�TT�,s �voT usEn�
2 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY AS�URANCE [NQT USEb]
4 1.1U DELPVERY, STORAGE, AND HANDLING
5
6
7
8
A. Deli�er, handle and store Tunnel Liner Plate in aecordance wiih the Manuiacturer's
r�com.mendatioras ta pratect coating systems.
1.11 FIELD [SITE] CONDZTXONS rNOT USED]
1.1� V�ARRANTY [NOT USED]
9 PART 3� - PRODUCTS [NOT USED]
l0 2.1 OWNER-FURNISHED jox] OWNER-SUPPLXED PRODUCTS [NOT USED]
11
12
13
1�
15
Ib
I7
18
19
2Q
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40
2.2 MATERIALS
A. Manufacturers
1.
2.
Only the manufacturers as listed on th.e City's Standard Products List will be
eonsldered as shown in Section 01 50 00, at�d/ar as specified herein:
a, The manufacturer must compiy with this Speci�cation and related Sections.
b. Manufactured by Contech Canstruction Products, Inc., American Commercial
Inc., ar approved equal.
Any product that is not listed on t�e Standard Products List is considered a
substitution and shall be subrnitted in accordance with Section O1 25 00.
B. Design Criteria
a. Mataufacturer to design Tunnel Liner Piate in accordanee with the methods and
criteri.a as speci�ed is� AASHTO LRFD, Bridge Design Manual, Section 12.13.
b. Soil parameters sha11 be determined by the Tunnel Liner Plate Manufacturer.
c. Allow a m�irnurn defleetion of 3 percent.
d. Thickness of tlae Tunnel Liner Plate specified herein 'ts the minimum acceptable
and shall be increased as necessary to obtain adequate joint strength, stiffness,
hucklir�g strength and resistazzce to deflection.
C. l�IateriaTs
1. Tunnel �,in.er Plate
a. Provide new, coz'rugated metal Tunnel Liner Plates made from stee.i sheets
conforrning to the requirements of ASTM A1011.
1) Poiable and Reclaimed Water carrier pipe
a) Galvanized
(1) Plate to be galvanized with zinc coating in accardance with
ASTM A 123 with the following exception:
(a) Zinc shall be applied at a rate flf 2.0 ounees per squar� foot o n
each side.
b} Coa�ed
(1) Plate to be coated with a bit�minous coating meeting the
�erFormance requirernenis of AASHTO M190
C1TY OF FORT WORTH 1VORTHPOINTE 24-INCH WATER TRAN5MQ5SOIN ZvIA1N (N4-lA)
STANDARD C�NSTRUCTION SPECIFICATIpN DQCZ.IMF.NTS CITY PROJECT Na. 103505
Revised December 20, 2012
330521-4
T[7NNEL LII+IER PLAT'E
Page 4 of 5
1 (2) Uniformly coat pipe inside and out ta minimum thickness af 0.05
2 inches, rneasured on crests of corrugations.
3 2) Sanitary Sewer carrier pipe
4 a) Galvanized
5 (l) Plate tn be galvanized with zinc coating in accardance with ASTM
6 AI23 with the �oIlowing exception:
7 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on
8 each side.
9 b. Tunnel Liner Plates and fasteners sl�all coznply with the requirements of
10 AASHTO LRFD, Bridge Design Manual, 5ectian 12,13.
i 1 1) Liner plates shall be punched for bolting on botk� longitudin.al and
12 circumferential seams and fabrieated to permit complete erection from the
13 inside of the tunnel.
Z4 2) Bolts and nuts shall be galvanized to conform to ASTM A153,
IS 3) Wh�r� gro�zn.dwater is encountered gasketed liner plates shall be used.
T6 4) Plates shall be of uniforrn iabrication and those intended for 1 size funnel
17 shall be interchangeable.
18 5) Fielci.welding of Tunnel Liner Plate, includ'mg grout couplings shall no� be
I 9 allowed.
20 6) The rnatarial used for th.e construction of these plates shall be �ew, unused
21 and suitable for the purpase intended.
22 7) Minimum thiclrness af Tunriel Liner Plate shaIl be as follows*:
23
2-Flangcd Liner �4-Flanged �iner
Tunnei Plate Thickness Plate Thickness
D'rameYer au e a� e
inches Bu. De th: S feet -- IG feet
48 14 I2
54 14 12
60 14 11
66 12 10
72 � 12 S
Greater than 72 Project 5pecific �rojeet Speczfie
Desi n Desi n
24
25 *The information in the abave table is based an the following assumptions:
26 AASHTO Section 16: "Steel Tunnel Liner �'lates", H20 loading angle af 0 and
27 bury depth of S feet to 15 feet. For projects not meeting these assumptions, a
28 specific design should be performed to determine the appropriate thickness for
29 the liner plate.
30 2. Casing Insulators
31 a. Casing insulators shall be used for this project in accordance with
32 Sectian 33 Q5 24.
CTl'Y OF FORT WDRTH NORTHAOINTE 24-INCH WATEIt TRAN53v1TSSOTN MAIid (N4-]A)
STANDA.RD CON3TRUCTION SPECIFICATION DOCUMENTS CITY PRO]F.CT A'a. ] 03505
Revised December 20, 2012
33�521-5
T(I�TNEL LINER PLATE
Page 5 of 5
1 2.3 ACCE550RIE� [NOT USED]
2 2.4 S�URCE QUALITY CONTROL [NOT LTSED�
3 PART 3 - EXECUTION
�4
5
6
T
8
9
1Q
11
12
13
1�
�s
l6
17
18
19
20
21
22
23
24
3.1 IN�TALLERS [NOT USED�
3.2 EXAIVIINATION [NUT USED]
3.3 PREPARATIQN [NOT ilSED]
3.4 INSTALLATION
A. Tunnel Liner Plate shall be installed in accordance with apprapriate partions of 5ection
33 OS 23.
B. Carx'ier pipe shall be installed inside Tunnel Liner Plate in accordance with
Seetion 33 OS 24.
G. Contaet grouting of the annul�as outside the Tunnel Liner Plate shall be perforrned in
accordance wiikx Section 33 OS 23.
3.5 REPAIR / RESTURATxON [NOT iTSED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIEI,D [o�] STT'E QUALITY CONTRQL [NOT USED]
3.8 �YSTEM STARTUP [N�T USED�
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED�
3.11 CLOSEOUT ACTTViI'IES [NdT USED]
3.12 PROTECTION [NOT USED�
3.13 MAINTENANCE [NOT USEDj
3.14 ATTACHII�NTS [NOT USED]
END OF �ECTION
25
26
ltevision Log
DATE NAME SUMMEII�Y OF CHANGE
1212D/2d12 D. 7ahnsan 1.3.A.3 — AASHTO zeference updated to current publiea#ion
CITY OF FORT WOATH NOKTkIPO1NTE 24-INCH WATER TRANSMISSOIN MAC1�1 (N4-lA)
$TAlYDARD Cp1+15TRUCTIdN SPECIFTCATION DOCUMENTS CITY PRpJECT Ido. l D3505
ncvised Dacember 20, 2012
33 05 22 - 1
STEEL CASING PTP�
Page 1 af 6
2
3 PARTf- GENERAL
4 1.1 SUMMARY
5 A. Sectian Includes:
SECTION 33 OS �2
STEEL CASING PIPE
6 1. Minimum requirements �ar manufacturing, iurnishing and transporting Steel Casing
7 Pipe to be installed by 4pen Cut ar By Other than Open Cut at the locatiaxas shown
8 on #,he Drawi�gs
9 B. Deviations from this City of Fort Worth Standard Specification.
10
11
12
13
14
IS
]6
17
1$
19
20
21
22
23
24
25
26
27
2$
29
�a
3I
32
3�
34
35
36
37
38
39
4Q
41
l. None.
C. Related Specif cation Sections include, but are not necessarily limited ta:
1. Division 0— Bidding Requirements, Contract Forms, and Conditio:ns of the
Contract
2. Division 1— Ge�aeral Requirements
3. Section 33 a5 10 —Utility Trench Excavation, Embedment and �ackfill
4. Section 33 D5 ZO —Auger Boring
S. Section 33 05 23 — Hand Turuteling
6. Section 33 OS 24 — Insiallation of Carrier Pip� in Casing ar Tunnel Liner Plate
1.2 PR.XCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1.
2.
Open Cut
a. Measurement
1) Measured horizantaily along the surface far Iength a� Steel Casing Pipe
installed
b. Pay�nent ,
1) The work performed at�d mafierials fumished iz� accordance with this Item
and measured as provid�d under "Measurement" will be paid for at the unit
pj•ice bid per linear foat of "Casing, By Open Cut" installed for:
a) Various Sizes
c. The price bid shall include:
3) Furnishing and lnstalling Steel Casing Pipe as specified by the Drawings
2) Mobilization
3) Pauement removal
4) Excavation
5) Hauling
6) Disposal of excess rnaterial
7) Furnishing, placament, and compaction of embeciment
8) Furnishin.g, placetz�ent, and compaction af backf'ili
9) Cleat�-up
By Other than Open Cut
a. Measurement
CTl'Y OF FORT WORYH lYORTHPOINTE 24-�CH WATER TRANSMI$SOIl�i MAII� (N4-lA)
STAl�€DARD CON5TRiIC7IQN SPECIFICAT[ON T�OCILTMENTS CITY PRO.TECT No. 103505
Revised December 20, 2U 12
s3 os z2 -a
STEEL CASiNG PIPE
Page 2 of 6
1
2
3
4
5
6
7
8
9
1Q
lI
12
13
14
15
16
I7
I8
I9
20
21
22
23
�"
c.
1) . Measured horizontally along the surface for length of Steel Casing Pipe
installed
Payznent
1) The work performed azid materials furnished in accordance with this Item
and m�asured as pz'ovided under "Measuremeni" will be paid for a# t1�e unit
price bid per lin�ar foot af "CasinglTunnel Liner Plate, By Other than Open
Cut" irtstalled for;
a) Various Sizes '
2) The wark performed and maYexials fixx�zished in accordance with this Ite�n
and measured as provided under "Measurement" will be paid fqr at the unit
price bid per linear foot of "Casi.ng, By Other than Open Cut" installed for:
a} Various Sizes
The price bid sl�all includ�;
1} Furnishing az�.d installing SteeI Casing Pipe as speciiiad hy the Drawings
2} Mabilizatiion
3} LaunchYng shaft
�) Receiving shaft
5) Pa�ernent removal
6) Excavation
7) Hauling
$) Disposal of excess material
9) Furnishing, placernent, and campaetion af backfill
1Q} Cleaz�-up
2A 1.3 REFERENCES
25 A. Reference Standards
26
27
2$
29
30
31
32
33
34
Reference standards cited in this Specification refer to the current reference
standard published at the tirne of the latest revision date logg�d at the end of this
Specification, unless a date is specifically cited.
AS"Z'M Tnternatzonal (ASTM):
a. A139, Stattdard Specifteation for Electric-�'usion (Arc}-Welded Steel Pipe
(NPS Sizes 4 and �verj,
3. Arnerican Watar Works Association (AWWA):
a. C2Q3, Coa1-Tar Protective Coatings and Linings for Steel GVater Pipelines -
Enamel and Tape - Hot Applied.
35 1.� AD1I�IINISTRATiVE REQUIREMENTS [NOT iTSED]
36 1.5 SUBMTTTALS ,
37 A. Submittals shall be in accardance with Section O1 33 00.
38 B. AIl submittals shall be appraved by the City prior to delivery.
39 ].G ACTION SUBMITTALSIINFORMATIONAL SUSMITTALS
40
4I
42
43
44
1
2.
A. 1'roduct Data
1, Exteriar Coating
a. Material data
b. Field touef�-up procedures
2. Interiar Caating
CiT'Y QF FOItT WpRTH N�ItTHPOIi�TTE 24-]:NCH WATER TRAi�TSMIS50IN MtiiN (N4-IA)
ST.4NDARD CQNSTRUCTIp�f SPECIFICATION DOCUIvf�NTS CITY PROTECTNv. ]03505
Revised Aecember 20, 2012
33D522-3
STEEL CASING PIPE
Psge 3 pF6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
a. Material data
b. Fie1d touch-up procedures
B. 5hop Drawings
1. No shop drawings required for Auger Boring
2. For Tunneling, provide the following:
a. FurnisY� detaiis for 5tee1 Casing Pipe outlining fhe following:
1) Grout/lubricatian ports
2) Joint de�ails
3) Other miscellaneous items for furnishing and fabricating pipe
b. Submit ealculations in a neat, legible format that is sealed by a Licensed
Prafessional Engineer in Texas, consistent with the information provided in the
geotechnical report, and includes:
1) Calculations coxi�zming that pipe jacking capaeity is adequate to resist the
anticipated jacking loa.ds for each crQssing vvith a minimum iactor of safety
af 2
2) CaIculations confirming that pipe capacity is adequate ta safely support all
ather anticipated laads, including earth andgroundwater pressures,
surcharge loads, and handling loads
3) C.alculatians confirming that jointing method will support all loading
canditions
21 1.7 CILOSEOLTT StJBNIITTALS [N�T USED]
22 i.8 MAINTENANCE MA.TER�AL SUBMITTALS [NOT IISEDj
23 1.4 QUALITY ASSiIRANCE [NOT USED]
24 1.10 DELNERY, STORAGE, AND HANDLING
25
26
27
28
29
30
31
A. Dalzvery, Handling, and 5torage
1. Prior ta delivery of the pipe, end/internal bracing shall be furnish�d and instaIIed,
as r�commended by the manufacturer, for protection during shipping and starage.
2. Deliver, handle and store pipe in accordance with ihe Manufacturer's
z'aca�mendations to protect coating systems.
1.1Y FIELD �SITE] C�NDZTZONS [NOT USED�
1.1� WARRANTX �NOT USED]
32 PART 2 - PRODUCTS
3� 2.1 OWNER FURNISAED [ox] 4WNER-SUPPLIEDPRODUCTS [NOT USED]
34
35
36
37
38
39
2.2 MATERIALS
A. Design Criteria
1. The Contractor is fully responsible for the design Qf 5tea1 Casing Pipe that z�neets ar
exceeds the design :requu'ements of this Specif cation and that is speciiically
designed for installation by the intended trenchle5s method.
2. For Steel Casing Pipe ut�lized for tunneling projects, consider the fallowing:
CITX QF FORT WORTH IQ4RTHPQINTE 24-INCH WATER TRANSMISSOIN MAQI (1V4-lA)
STANDAAD CONSTRUC7'ION SPECIFICATION DOCU3yIENTS CTTY PK07ECT No. 1 Q3505
Revised December 20, 2d 12
330522-4
STEEL CASING PIP�
Page 4 of 6
1
2
3
4
5
6
7
8
9
14
il
12
1 13
14
a. Design of the casing pipe shall account %r aIl installation and service loads
including:
1) Jacking laads
2) Extema� groundwater and earth loads
3) Traffic loads
4) Practical cansaderatzon for haridling, shipping and nther construction
operatians
5) Any other live or dead loads reasonably anticipated
b. Design shall be sealed and signed by a registered Professional Engineer
licensed in the State af Texas.
c. The allowable jacking caQacity shaII not exceed 50 percent of the minimum
steel yield stress.
3. Steel Casing Pipe shall have a m.inimum walI thickness as folZows:
Casing Pipe Diameter Minimum WaII Thic�ess
incL�es ineltes
14 — 18 3125 5/16
20 -- 24 .375 318
26 — 32 .5 1/2
34 -- 42 .625 5/8
44 — 48 .6875 I 111 b
Greater than 4.8 Pra'ect s ecif�c desi
15
lb
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
4. S�eel Casing Pipe shall be provided with inside diameter stitfficient to efficientIy
instalI the required carrier pipe with casing spacers as reyuired in Section 33 05 24.
a. Allowable casing diameters are shown on the Drawings for each crossing.
5. Furnish ian lengths that a��e compatible vvith Contraetor's shati sizes and allorr�able
work areas.
b. Randam segments af pip� will nat be permitted for straight runs of casing.
a. Clasing piece segments, however, sha11 be acceptable.
7. When required by installation methad, provide graut/lubricant ports along the pipe
at lntervals of 1 � feet or less.
a. Ports and fittings shall be attached to the pipe in a manner that will not
, materially affect the strength of the pipe nar interfere with instaiiation of carrier
pipe.
b. Plugs for sealing the fittings shall be provided by the Contractor and sha1l be
capable of withstanding all exterrial and internal pressures and loads �vithout
laaking.
B. Materials
1. Frovide new, smooth-wall, carban steel pipe conforming ta ASTM A139, Grade B,
2. Dimer►sianal Tolerances
a. Furnishing and ins�alling Steel Casing Fipe with dimensionaI tolerances that are
compatible with performance requirements and proposed installation methods
that rneet or exceed the specific requirements balo�v:
1) Minimum wall thickness at any point shall be at least 87.5 percent of the
nominal wa11 tYuckness.
CITY OF FditT WORTH NORTHPOINTE 24-INCH WATER TRANSMISSQIN MA3N {IV4-lA)
STANDARD CONSTRUCTION SPECIFICATION DOCUMEI+IT5 CITY PR07ECT No. 1 Q35pS
Itevised Dccember 20, 2012
330S22-S
STEEL CASING PIFE
Page 5 of6
L
2
3
4
5
6
7
8
9
10
11
12
13
14
S5
16
17
18
i9
20
21
22
2) Outside eircu�ference within 1.0 percent or 3/4 inch ofthe nominal
cireumference, whichet+er is less.
3) Outside diame�er of the pipe shall be wzthin 1/& inch of the nominal outside
diameter.
4) Roundness such that the diffez'ence between the major and minor outside
diameters shalI not exceec3 0.5 percent of iha speci�ed norninal outside
diameter ar Il� inch, whichever is l�ss.
5) Maximum allowable strai.ghtness deviation of 1/8 inch in �rty 10-foot
[ength.
3. All steeI pipe sha11 have square ends.
a. The ends af pipe sections shall not vary by mare #han lI8 inch at any point from
a true plane perpendicuIar to the axis of the pipe and passing through the cente r
of the pipe at the end.
b.. When pipe ends ha�+e to be beveled far we�ding, the ends shall be beveled on
the outside to an angle oi 35 degrees with a tQlerance of t Zl/z degrees atid with
a width ofroot face 1/IC inch � 1./32 inch.
4. Steel Casing Pipe shall be fabricated with langiiudinal weld seams.
a. AlI girth weld seams shall be ground flush.
C. Finishes
1. Provide ir�side and outside af Steel Casing Pipe with a coal-tar protective coating in
accordance with the require�ents of AWWA C203.
a. Touch up after feld welds shall provide coaiing equal to those speci�ed above.
23 2,3 ACCE550RIE� [NOT USEDJ
24 2,4 SOiIRCE QUALITY CONTROL [NOT USED�
25 PART 3 - EXECUTION
26 3.1 XNSTALLERS [NOT USED]
27 3.2 � EXANIINATION [NOT IISED]
28 3.3 PREPARATION [NOT USED]
29 3.4
30
31
� 32
33
34
35
3fz
37
38
39
40
INSTALLATION
A. 'Install Steel Casing Fipe for By dther th,an Open Cut in accord�nce with Section 33 O5
20 ar Section 33 OS 23. Install Steel Casing �'ipe far Open Cut in accordance with
Section 33 DS 10. '
�
I. Steel Casing Pipe con.nections shall be achieved by �ull penetration field butt
welding or an integral machine press-fit connection (Permalok or equal) prior to
installation of the pipe, depending on the type of carrier pipe.
2. Allawable joint types iar �ac� crassing are shown on the Drawings.
3. Field butt welding a square end piec� of steel pipe to a 35 degree beveled end of
steel pipe is acceptable.
4. Integral mac�ined press-f t connections shall be installed in accordance r�vith the
manufaciurer's installation pracedures and recommendations.
CITY OF FQfZT WpRTH AfORTHPOII�[TE 24-INCH WAT�R TRANSMI55DIN NfAIN (N4-1 ti)
STANDAAD CONSTRUCT[ON SPECIFICATTON DOCUMENTS CTTY PAOJSCT No. 1D3505
Revised December 20, 2012
33fl522-6
STEEL CASING PIPE
Page 6 of b
1 B. Carrier pipe shall ba installed inside Steel Casing Pipe in accordance with
2 Sectian 33 Q5 24.
3 C. Contact grouting ofthe annulus outside the casing pipe shall be performed zzz
4 accardan.ce with Section 33 OS 23 or Section 33 OS 20.
5 3.5 REPAXR / RESTORATION [NOT i7SEDj
6 3.6 RE-INSTALLATXON [NOT II�ED]
7 3.7 FLELD [ox] SITE QLTALITY CONTR�L �NOT USED]
8 3.8 SYSTEM STARTUP [NOT USED]
9 3.9 ADJUSTING [NOT USED]
IO 3.10 CLEANING [NOT USED]
11 3.11 CLOSEOUT ACTNITIES [NOT i7SED]
12 3.1.2 PROTECTION [NOT USED]
13 3.13 MAINTENANCE [NOT USED]
14 3.14 ATTACHMENTS [NOT USED]
1S
16
END OF SECTION
Revision Log
DATE NAME SUNIlVIARY OF CHANGE
12/24/2012 Tl. ]ohnson �•Z•A � Formatting modi�ed ta apply thickness requicemenis for all casing
installation nnethods
17
GITX OF FORT WORTH IvpRTHPpI�IT� 24-�INCH WATEl2 TRANSMTS50IhI MAIN (N4-lA}
STANDARD CON$TAUCTFON SPECIFICATION DpCU�S+fENTS CITY PROJECT Na. I D3505
Kevised December 20, 2012
33 OS 23 - 1
HANp T[INNEL]1�iG
Page L of 10
l
2
3 PARTl- �ENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
l]
12
13
14
15
16 1.2
17
18
I9
za
21
22
23
24
25
SECTION 33 05 23
HAND 'I'TJNNELING
A. Section Includes:
1, Minimum requiremen#s far Hand Tunneling uszng tunnel liner plate or casing pipe
at #he Iocations shown on the Drawings
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related 5peci�catian �ections include, but are not necessarily limited to:
1. Division 0— Bidding Requiretn�nts, Confract Fornts, and Conditions af the
Contract
2. Division 1— General Requirements
3. Section 33 OS 2I -- Tunnel Li�er Plate
4. Section 33 OS 22 -- Steel Casing Pipe
PRICE AND PAYMENT PROCEDURES
A. MeasUrement and Payment
1. Measuremer�t
a. This Item is considered subsldiary to Tunnel Liner Plate or Steel Casin.g Pipe
insta�lation.
2. Payment
a. The work pez�'ornied and materials furnished in accordance with this Item are
considered subsidiary the unit price bid per linear %ot of By Otk�er than Open
Cut installation of Tunnel Liner plate or Steel Casin� to be cotx�.pleted in place,
and no other compensation will be allowed.
26 1.3 REFERENCES
27
28
29
30
31
32
33
34
35
36 1.4
A. Reference S�anda.rds
1. Reference standards ezted in this Speciflcation refer to the cuz't'ent reference
standard published af the time of the latest revision data lo.gged at the end af this
Speciiication, unless a date is specifically cited.
2. American Association of State Highway and Transpdrtation dfficials {AASHTO}:
a. HB-17, Standard Specifications for Highway Bridges.
3. Occupational Safety and Health Administration (OSHA}
a. �SHA Regulations and �tandards for Und�rground Construetion, 29 CFR Pari
1926, Subpart S, Undergraund Consiructian at�d Subpart P, Excavation.
ADMINISTRAT�V'E REQUIREMENTS
37 A. Pre-installation
CIT7' OF' FORT WOitTH NOIZT`XIP�II�TE 24-INCH WATEIt TRANSM[SSOIN M�41N (N4-IA)
STANDARD CONS'I`RLTCTION SPECIFICATION DQCUMENTS CIT}( PROdECT No, 103505
Revised llecember 20, 2D 12
330523-2
HAND TUNNHLING
Page 2 oF [ 4
1 I_ The Cantractor shall provide written natice to the City at least 72 hours in advance
2 of the planned launch of tunneling operations.
3 1.5 SUBMIxTALS
4 A. Subm.ittals shal] be in accordance with 5ectian 01 33 00.
5 B. All submitfals shall be appra�ed by the City prior to delivery.
6 1.G ACTION SUBMTTTALS/INFOR1YiATiONAL SUBMITTALS
7 A. Shop Drawings
8 1, Submit the following, when required by the Contract Documents:
9 a. Detailed description of the methods an.c� aquipment to be used in completing
I O each reach of tunnel
11 b. Description of the survey methods that wi116e used to ensure that the tunnel is
12 advanced as shown on the DraEvings and within the line and grade tolerances
13 specifiad
14 c. Shaft layout drawings
15 1) Detailing di�-r��nsions antf locations of all equipment, includin;� overall
16 work area bout�,daries, crane, front-end loader, farklift, spoil stockpiles,
17 spoii hauling equipment, pumps, generator, pipe storage area, taol trailer or
18 cantainers, fences, and staging area
19 2) Shaft layout drawings will be required for all shaft locations and shall be to
2D scaZe, ar show carrect dimepsions.
21 3) Layout such that all equipment and operations shall be completely
22 contained within the allowable construction areas shown on the Drawings
23 d. Schedule in accordance with Division 1 to include the following activities as
24 independent items:
25 1} MobiIization
26 2) Shaf� excavation a�d support
27 3) Water control at shafts
28 4) Working slab construction
29 5) Thrust waIl construction
30 6) Tunneling
3I '7) Sha£t back�Il
32 8) Site restorati4n
33 9) C1earEup
34 10) Demabilization
35 2. For aI1 projects, pro�ide the following for Contact Grouting:
36 a. Contact Grouting (outside of casi�g) VV'ork Pla.n and Methods including:
37 1) Grauting methods
38 2) Details of equipment
39 3) Grouting procedures and sequences includ�ng:
40 a) Injeotion methods
41 b} Injection pressures
42 c) Manitoz'ing and recording equipment
43 d} Pressure gauge ca.�ibration data
44 e} Materials
4S 4) Grout mix details including:
46 a) Proportions
47 b) Admixtures including:
CITY OP POTiT'I�OTtTH NORTHPdINT� 24-T1�"CH WATER TItAIVSMISSQIN MAQV (N4-]A)
STANDARD CbNSTRUCTIdN SPECIFICATIpN DOCUMEI�'T5 CITY PK03EC T No. 1�3505
Revised December 20, 2{132.
33p523-3
HANT] TilN1�EI.AVG
Page 3 of ] 0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
I5
l7
i8
19
20
21
22
23
24
25
2b
27
2S
29
30
31
32
33
3�
35
36
37
38
5)
��
(1) Manufacturer's literature
(2) Laboratory test data verifying the s#rength of the proposed grout
mix
(3) Proposed grout densities
(a) Viscosity
(5) Initial set time af grout
{a} Data for these requirements shall be derived fram. trial batches
from an ap.praved testing laboratory.
5ubmit a minimum of 3 other similar prajects where the groposed graut
mix desi�n was used.
5ubmit anticipated volumes of grout to be pumped for each application anc3
reach grouted.
B. Daily Records
1. Submit samples of the tunneling logs or recards to be used at least 7 days prior to
beginning Hand Tuzlttaling,
2. Submit daiiy record5 to tne City's Inspe�tor by noon on the day following the shift
for which the data or records were taken. -
3. Daily records sha11 include:
a. Date
b. Time
c. Name of flpexator
d. Tunnel drive identification
e. Installed liner ring and corresponding tunnel length
f. Time required to tunnel each ring
g. Titr�e required to set subsequent ring
h. Spoii volumes (muck carts per liner ring and est3mated �olume of spoil in each
nr�uck cart}
i. Gz'out volumes and pressures
j. Sozl conditions, including occurrences of unstable soils and estimated
groundrvater infiow rates, if any
k. �.ine and grade offsets
1, Any movement of the guidance s}�stem
m. Prahlems encountered during tunneling
n. Durations and reasans for delays
o. Manually recorded ol�servations made:
I) At intervals of nat le�s than 2 every S feet
2) As canc�itions chaing� �
3) As directed by the City and/ar Engineer
39 1.7 CLOSEOUT SUBNIITTALS [NOT USED]
40 1.8 MAINTEN.ANCE 1VIATERIAL SUBMITTAL� [NOT USED]
41 1.9 QIIAX.�TY ASS[TRANCE
42 A. Qualiiications
43 l. Failure to meet the qualification requirements is failure to fulfill the Contract and
44 the Contractor will be required to obtain a subcontractor that meets the qualification
45 requirements.
46 2. Contractor
C1TY OF FORT WORTH NORTHPOINTE 24-INCH WATER TRAN5MI5501N MAIN {AT4-1 A)
3TANDA1tU CONSTRUC7'ION SPECIFIC.hTION DOCUNLEl\'T5 CITY PR07ECT No. 1Q3505
Revised December2D, 20i2
330523-4
HAND TZ.FNNELING
Page 4 of [D
1 a. AIl tunneling work shall be performed by an experienced subcontz'actor or
2 Contractor who h.as at Ieast 5 years of experience in performing tunneling work
3 and has com.ple#�d at Ieast 5 projeats of similar diarneter in sinnilar ground
4 conditions.
S 3. All Work by the Contractar shail b� done in the presence ofthe City unless the City
6 grants prior written approval to perfoz�rz7 such work in City's absence.
7 4. The Contractor shall ailow access to the City andbr Engineer and shall furnish
8 necessary assis#ance and coaperation ta aid in the observations, measurements, data
9 and sample collection inc�uding, but not linnitedto, the following:
IO a, The City and/or En�ineer shall have access to the tisnneIing s�stem prior to,
11 duxing and iallowing all tunneling operatians.
I2 b. The City and/or Engineer shaI1 have access to the tunneling shafts prior ta,
13 during ar�d folIowing all tunneling operations.
14 1} This shall include, but not be limited to, visual Enspection of installed pipe
1S and verification of line and grade.
16 2) The Contractor shall provzde sa�'e access in accordance with a11 safety
17 regulations.
18 c. The City and/or Engineer shall have access to spoils removed from the tunnel
19 excavation priar to, during and fallowing aIl tunneling operations.
20 1) `I'h� City shall be allowed to collect sail samples from the muck buekets or
21 spoiI piles a minimum of once every 10 feet and af a�ny time when changes
2�2 in soi.l conditions ar obstructlons are apparent or suspected.
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT iT�ED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.1� V�ARRANTY [NOT USED�
26 �ART 2 - PRQDUCTS
27 2.l OWNER�FURNiSHED [oxj OWNER-SiIPPLIEDPRODUCTS [NOT USED]
28 2.2 MATERIALS
29
34
31
32
33
34
3S
36
37
38
39
40
41
A. Descriptinn
1. Tunnel Lin.�r Plate shaTl be in accordance with Sectian 33 O5 21.
2. Casing Pipe shall be in accordance with Section 33 OS 22.
B. Design Criteria
1. Design excavation methods and spoil canveyance system for the full z'ange of�
ground canditiotas described in the Geotechnical Reports
2. Tolerance
a. Accurately maintaxn the faee of the excavation inside ihe tunnel so as to aIlow
the absolute minimum of void space outside the casinglliner plate.
b. Maintain a maxirnum of f2 inch talez'anca betvveen the outside of the
casing/liner plate and the excavat"ian wheret�er possib�e.
c. The tunnel diazneter shall not be greater thar� 2 incbes larger than the
casing/liner oui�r diarxaeter {O.D.j.
CITY OF FORT WORTH NORTHPOINTE 24-INCH �'VATEK TRANSMISSOIN IvIAII�i (Na-1 A)
STANDARI] CONSTRUCTIOII SPECIFICATION DpCUMENTS CITY PROJECT No. 103505
Revised becembar 20, 2012
330523-5
HAND T[INI�ELING
Page S of 10
1 3. Use me#hods and equipment ihat control suz'face settlement and heave abave the
2 pipeline to prevent datnage to existing utilities, faciIitzes and improveme�ts.
3 a. I,itnit any ground movements (settlemendheave) to valuas tl�at shall not eause
� damage ta adjacent utilities and facilities.
5 b. Repair any damage caused by grounri movements a# na cost to the City.
6 2.3 ACCESS4RZES [NOT USED]
7 2.4 SOURCE QUALITY CaNTROL �NOT USED]
8 PART 3 - EXECUTION
9 3.1 INSTALLERS �NOT USED]
10 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION
12 A. Tunneling sha11 not begin until the following have been completed:
13 l. All required submitials have been �nade and the City andlor Engineer has reviewed
14 and accepted all submittals.
15
16
17
18
19
20
z�
22
23
24
25
26
z7
2$
29
30
2. Review of avaiiable utility drawings and Iocation of conduits and underground
utilities in all areas where e�cavatian is to be p�rformed.
a. Notify the applicable one-call system prlor to any excavation ta avoid
interference with the existing conduits atid utilities.
1) Repair dat�aage to ea�isting utilities resuIting from �xeavatzon at no
additional cost to the City.
3. Shaft excavations and s�zpport systems fnr each drive completed in accardance with
the z'equzrements of the Specifications.
4. Site safety representa#ive has prepared a code af safe practices in accordance with
OSHA requirements.
a. Prn�vide the Engi�eer and Owner with a capy af each prior to starting shaft
construction ar tunneling.
b. Hold safety meetings and provifle safety instruction far new employees as
required by 05HA.
5. All specified settlement monitoring pain.ts have been installed, approved and
bas�lined in accardanee �vith the Contract Docurttents.
31 B. Veriiicatian of Stability
32 I. Confirm Yhat tk�e ground wi11 remain stable wiihout m.ovez�ent af sail or water while
33 the entry/exit location shoring is removed aa�.d while the tunnel is launched or
34 received into a shaft.
35 2. Demanstrate that all soils have been stabilized at all tunnel portal locations to:
36 a.. Prevent the inflow afweak, ru�ning ar flowing soils.
37 b. Pre�er�t the inflow af loose rack.
38 c. Pravent and control �raundwater inflows.
39 3.4 xNSTALLATION
�0 A. Tunnel Methods
CITY OF FORT WORTH NORTHPOINTE 2A-I1�fCH WATER TKAN$MI5SOIIV MA� (N4-1 A}
STANT]A1ZD CONSTRUC'17QN SPECIFICATION DOCiIMENTS CPI"Y PROTECT No. [ 03505
Revised Decemher 2Q, 20I2
33f1523-5
HAN17 T��LTNG
Page 6 of 10
1 1. Tur�nel liner plate shall not be used where bore or jack methods are used, or where
2 not allowed on the Drawmgs or permits.
3 2. The Contractar s�all be fitlly responsible to:
4 a. Ensure the methods us�d are adequate far the protection of workers, pipe,
5 property and the public
6 b. Pro�ide a finished product as required.
7 B. General
8 1. The Contractor shaIl immediately notify the City, in writing, if and when any
9 problems are encountered with equipment or materials, or if the Cantractor believes
10 ti�e conditions encauntered are materially and significantly different than those
11 represe�.ted wifihin the Contrac# Doeuments.
12 2. Properly mapa�;e and disp�se of groundwater inflows to the shai�s in accardance
13 with requirements of Specifications and all permit conditions.
14 a. Dis.charge of graundwater inflow into sanitary sewers is not allowed witi�out
15 proper approval and pe:rrriits.
16 3. Furnish a1I necessa�y equip�nant, power, water and utilities for tunneling, sppil
17 rempval and disposal, grouting and other associated work required for the methods
1 S of construction.
14 4. Promptly clean up. Remove and dispose of any spoil ar slurry spillage,
2D 5. Wheneve:r there is a condition that is likely to endanger the stability a#'the
2I e�ccavation or adjacent structures, aperate with a full crew 24 hours a day, including
22 weekends and holidays, without interruptian, until those canditians no longer
23 jeapardize the stability ofthe W�rk.
24
25
2b
27
28
29
30
31
� 32
33
34
'35
36
37
38
39
4Q
41
42
43
�l4
45
46
47
C. Installation with Steel Casing Pipe
I. 3ack the pipe from the law or downstzeam end, unless specified otherwise.
a. Provide hea�y duty jacks suitable for forcing th� pipe through the e3nbankment.
I) When operating jacks, apply pressure evenly.
b. Pr�vide a suitable jaeking head and bracing betwe�n jacks so that pressure wi11
be applied to the pipe unifarmly around the ring of the pipe,
c. Provide a suitable jacking frame or back stop.
d. Sct the pipe to be jacked on guides, properly braced together, to suppart the
sectian o�the pipe and to direct it in the proper line and grade.
e. Plaee the whole jacking assembIy so as to line up with the direction and grade
of the pipe.
£ In general, exca�ate embankm.�nt mat�rial just ahead ofthe pipe and re�nove
material thraugh the pipe.
g. Force the pipe through the emhanktnent with jacks into the space excavated,
2. The excavation for the underside of the pipe, far at �easf i 13 of the circumference of
the p.ipe, shall conform to the contour and grade of the pipe,
a. Provide a c[earance af not more than 2 inches for tlae upper half of the pipe.
1) This clearance shall be tapered off to 0 at the point where the e�ccavation
con�Forzx►s to the contour af the pipe.
b. Extend the distance of th� excauation beyond the end of the pi�e depending an
the character af th.e rr�aterial, but do not exceed 2 faet in any case.
lj Decrease the distance if the chaxacter of the material being excavated
makes it desirable to keep the aclvanc� excavation closer to the end of the
pipe.
CITX OF FORT WORTH NdRTHPOINTE Z4-IIVCH WATER TRANSMISSOIN MAIN (N4-lA)
STANDf�T2i7 COAfST1tUCTION SPECIFICATION DOCUMENTS C[iY PR07ECT No. 103505
Aevised Decemher 2a, 2012
33as2s-�
HAND T'UNNELING
Page 7 of 10
S 3. If d�sir�d, use a cutting edge of ste.el plate arouzzd the head end of the pipe
2 extending a short distanc.e beyond the end of th.e pipe with inside angles or lugs to
3 keep the cutting edge from slipping back onto pipe.
4 4. When jacking af pipe has begun, carry on tha operation without inteiruption to
5 prevent the pzpe from becorning firmly set in the etnbanlcrrxent.
6 a. Remove and replace any pipe damaged in tha jacking operations.
7 b. The Cantractor shall absarb the entire exp�nse.
S D. Installation with Tunnel L'u,cr Plate
9 I. Install �he tunnel liner plates to the limits indicated on the Drawings and as
1Q specified in AASHTO HB-17, Section II-26, Canstruction of Tunnels Using Steel
11 Tunnel Liner �lates.
12 a.. Assemble liner plates into circux�rxferential rings.
13 b. Liner plates shall be �f the type to penia�.it segments to be installed cornpletely
14 frarn. inside the tunnel.
15
1b
l7
18
19
20
21
22
23
24
25
26
2.
3.
Accurately maintain the face af the e�cavafion inside the tunnel so as ta alIovv the
ahsolute mi�aim�.urn of void space outside the casinglliner plate.
a. Maintain a ma,ximum of'/a ineh tolerance between the outside of tlae
casing/liner plate and the excavation wherever possibie.
h. Tlae tunnel diameter shall not be greater than 2 inches larger ihan the liner O.D.
Liner plate installation shall proceed as closely as possible behind the excavation.
a. Excavation shaIl at no time be �nore than 6 inches ahead af the required space
ta install an individual tunnel liner plate.
b. ilse breast plaies, poling baards or other suitable devices ta xn.aintain accurate
excavation with the u�inim.una of unsupported excavation at any tzme,
c. Casing/Tunnel liner plate shall not be allowed to def]ect vertically dur�ng
ins#allation.
27 4. Tunne�ing operaiions shall control surface settlement and heave above the pipeline
28 to prevent damage to existiag utifities, faci.lities and improvemezzts.
29 a. In no case shall ground moveznents cause damage to adjacent structures,
3U roadways, or utilitses.
31 b. The Contractor shall repair any damage resulting fro�n construction activities,
32 at no additional cost ta the City and without extensions of schedule fbr
33 completion.
34
35
36
37
38
39
�0
41
42
43
44
45
46
E. Contact Grouting
1. Pressure grout any voids caused by or encounter�d during the tw�teling.
a. Modify equipment and pracedures as requued to avoid racurrence of excessive
settlernents or damage.
2. Install contact gro.ut i�. the void space between the outside of tlae easingltunnelliner
and the excavation.
a. For tunnel liner }aiate, install pressure grout rnix at the end of each work day or
rnore ofien, as conditions wart'ant. �
3. Install pressur� grouting thro�gh grout fittings iar the casinglt�nnel liner plate 48-
inches in dzatn.eter or larger.
a. Grout fittings shail be fabricated inio tunnel linaz' plate at a maximum spacing
of 6 feet.
b. Remove and plug grout fittings after pressuxe grauting.
CTTY OF FORT WOATI� NQIZTHPOINTE 24-INCH WATELZTRAN5MIS50IN 7vIAIN (N4-lA)
STANDARD CbNSTRLTCTIOIV SPECIFIG�.TIQN BDC[Il4iENT5 CITY PttOJECT No. 103505
Keviser! Deeember 20, 201 Z
330523-$
HAND TFINNELING
Fage 8 oF 10
I 4. �nstall pres.sure grout frorr► the low end far all crossings where graut fittings are not
2 used.
3 a, Seal the low end and pressure grout until grout is extruded fram the opposite
4 end.
5 F. Contra] af Line and Grade
G 1. Con#'irm that all estabIished benehmarks and eontrol poirits pxovidad for the
7 Contrac#or's use axe accurate.
S a. Use these benchznaxks to furnish and maintain all ref�rence lines and grades for
9 tunneling.
1Q b. Use lines and grades to establisk� the location of the pipe using a laser or
l I theodoliie guidance system.
12 c. 5ubmit to the City copies of fie�d notes used to establish all Iines and grades
13 and a�low the Engineer to check guidance systezn setup prior to beginning each
�4 iunneiing drive.
I5 d. Provide acce�s for the Ciiy to perform�survey claecks of the guidance system
15 an:d the line and grade of the carrier pipe on a daily basis durir�g tunneling
17 operations.
18 e. The Contractor remains fully responsible for the accuracy af the work and the
19 eorrection oF it, as required.
2Q
21
22
23
24
25
2G
27
28
29
30
31
2
3.
The casinglhuinel liner shall be installed in accordance with the follawing
tolerances:
a. Variations from design line or grade: f 2 inches m�imum
1) If the installation is off Iine or grade, malce the necessary carreetions and
return to the design alignment and grade at a rate of not more than 1 inch
per 25 faet.
Monitor line and grade continuously during tunne3ing oparations,
a. Record deviation with z'espect to design Iine and grade once at each pipe joint
and submit records ta Engineer daily.
32
33
34
35
36
37
38
1. If the tunneling operations should encounier an object or cond'ttion that impedes the
forward progress of the shield, notify the City immediately.
2. Carrect the aonditio�. and rernove, clear or fltherwise make it possible for the shield
to advance past any objeets or obstructions that impede fort�vard pxogress,
3. Praceed with removal of the object or obstruction by methods subrnitted by the
Cantractor and accepted by the City and/or Engineer.
39 4. Compensation
4Q a. The Contractar will receive compensation by change order for removal of
41 obstructions, as defined as rnetallic debris, reinforced conerete, z'ocks, whole
42 trees and other hard objects with a ma.ximu�m dimensi�n Iarger than SQ percent
43 o�'the duter diamater of the shield which:
44 1) Cannot be broken up by the cutting tools with diIigent effart, and
45 2) Are located partially or wholly within the cross-sectional area of the hore
46 3) Contain utilities or ditch lines located Iongitudinally vaithin the tunnel
47 horizon
4. Ifthe pipe installation does not tneet the speciiied tolerancas, corract the
installation, incIuding any necessary redesign of the pipeline ar structures at�d
acquisition of necessary easements.
G. Obstructions
CITY OF F012T WORTH NO�iTHPOINTE 24-INCH WATER TRANSNIISSOIN MAIN (1�'4-lA)
STANDATi� CONSTRUCTION SPECiFICATIONDOCUMENT3 CITYFRQIECTNo. 1Q3545
Aevised December 20, 2412
330523-9
HAND T"UYV1�iELING
Page 9 of 10
1
2
3
4
5
6
7
8
9
1D
b. Payment wi11 be negotiated with the Contraetor an a case-by-case basis.
c. The City an.dlor Engin�er shall be provided an appartunzty ta view obstruction
prior to removal.
1) Any removal process that does not alIow direct insp�ctio.n afthe nature
and position aith� obstructian will not be considered for payment.
d. Na additional compensation will be ailowed for remaving, clearing or
otherwise making it possible for the shield to advance pasY objects cQnsisting of
cobbles, boulders, vvood, reinforced concrete, and other objecis or dehris with
maximum lateral dirriensians less than 50 percenfi of the outer diameter of the
shield.
11 3.5 CLEANUP AND RESTORATION
12 A. After connpletion ofthe tunn�ling, all construction debris, spails, oi1, grease and other
13 nnaterials shall be remaved fram the tunneling pipe, shafts and al1 work areas.
14 1_ Cleaning shall be incidental to the consiruction.
15
16
17
18
19
20
21
22
23
24
B. Restoration sha11 follaw constructian as the Work progresses and shall be completcd as
saon as reasonably possible.
1. Restore and repair any damage resulting from surface settle�nent caused by shaft
e�cavation or tunneling.
2. Any praperty damaged oz' des#rayed, shall be restored to a condition equai to or
better #han that to which it existed prior to construction.
3. Restaration shall be corttpleted no Iater than 3D days after tunneling is coYnplete, o:r
earlier if required as part of a�ermit or easement agreeznent.
4. This provision for restoratian shall include all property affected by ihe construction
aperatians.
25. 3.6 RE-INSTALLATION [NOT USEDj
26 3.7 SITE QUALITI' CONTROL
27
28
29
� 3fl
31
32�
33
34
35
36
37
38
39
4Q
41
�2
43
A. Safet�
1. No gasolina powered equipment sha1I be permitted in recei�ing shafts/pits.
a. Diesel, electrical, hydrau�ic and air powered equiprnent are acceptable, subject
to applicabla local, 5tate, and Federal regulations.
2. Furnish and operate a temporary veniilatiori system i� accardanca with applicable
safety requirements when personnel are underground.
a. Perform aI1 required azr and gas monstoring.
b. Ventilation system shall pravide a sufftcient supply of fresh air and maintain an
atmosphere free of to�c or flaxnmable gasses in all underground wark areas.
3. Perform all Work in secordance with all eurrent applzcable regulations and safeiy
requirements af the Federal, State, and Local agencies. Comply with all applicable
pravisions of 05HA 29 CFR Part 1926, Subpat� S, Underground Construction and
Subpart P, Excavations.
a. In the event of conflict, comply vk+ith the more stringent requirezztants.
4. If persontiel will enter the pipe during c.onstr►zction, the Cantraetor shall develop an
emergency response p1an for rescuing p�z'sozlx►el trapped underground in a shaft
excavation or pipe.
C1TY OF FOILT WORTki 1�ORTf-lPOINTE 24-1NCI� WATER TKANSMLSSOIIV IviA.IN (�14-IA)
STANDARD CONSTRUCTION SPECIFICATIONl70CUMENTS CiT�i'PROIECTNo. ]035Q5
Itevised Decem6er 2U, 2Q12
33 05 23-10
HADID TCJDTNEL]NG
Page L4 of LD
I a. Keep on-site all equipment required for emerg�ncy response in accordance with
2 the agency har�ing jurisdiction.
3 3.8 SYSTEM STARTUP [NOT USED]
4 �.9 ADJUSTING [NOT X7SED]
5 3.10 CLEANING [NOT USED]
6 3.1.1 CLOSEOUT ACTNXTIE� [NOT IISED]
7 3.12 PROTECTION [NOT US�D]
8 3.13 1VTAxNTENANCE [NOT USED]
9 3.14 ATTACHMENTS [NOT USED]
10
1I
END OF SECTION
Revision Log
DATB NAME SUIVIMARY OF CHANGE
12
CiTY OF FORT WORTH N�RTHYOINTE 24-INCH WAT$R TRAN5IVI[SSQTN MA1N (N4-[A)
STANDARD CONSTRUCTION SPECIFICATION DOCUMHNTS C1T Y PROTECT No. ] 03505
Revised 1]ecemUer 20, 2012
33asz�-t
FNSTALLA.TIQN OT CAnRIER T.'IPE Il�i CAS�IG OR T[CT�iNBL LII�?ER PLATE
Page 1 0£ I D
1
2
�ECTION 33 O5 24
iNSTALLATION OF CARRSER PIPE IN CASING OR TUNNEL LTNER PLATE
3 PART I - GEIVERAL
4 1e1 SUMMAitY
5 A. Section Inaludes:
� 1. Requixeznents for the installation of carrier pipe into steel easings or tzlnnel. Iiner
'7 plate af locations shown on the Drawings
8 B. Deviations fram this City ofF'art Worth Standard Specification
9 1. None.
1D C. Related Speczfica#ion Sectians include, but are not necessarily limited to:
x� i. Division 0— Bidding Requirements, Contract Fanx�.s, and Conditions of the
12 Contract
13 2. Division l. — Gene�•al Requiremen�s
14 3. Section 33 0.1 30 — Se�ver and Man�ole Testing
1� 4. Section 33 11 �13 - Concrete Pressura �'i�e, Bar-Wrapped, Steel Cylinder Type
16 1.2 PRXCE AND PAYMENT PROCEDURES
17
18
19
20
21
zz
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
�0
41
A. Measurement an,d Paymeni
1. Installatian o� Sanitary Sewer Carri�r Pzpe in Casin�/Tunnel Liner Plate
a. Measurennent
1) Measured horiznntally alo�g the surface from centerline to cenierline nf tl�e
beginning of the casing/lin�r to the end of t� e casing/liner
b. Payment
1} The work performed and materials furnished in accardance witS� this �tem.
at�d measured as provided under "IVleasurement" sha�ll be paid for a� the
unii price hid per linear foot for "Sewer Carriez' Pipe" camplete in place far:
a} Various 5izes •
c. The price bid shall include:
1} Furnishing and in.stalling Sanitaxy Sewer Main (Pipe) in Casiva�JTunnel
Liner P].ate as speci�xed by the Drawings ',
2) Mobiliza�ion
3) Grout ;
4) Casin�; Spacers
5) End seals
b} Exca�+ation
7} Haulir��
$) Dzsposal of excess material
9) Glean-up
2. Installation o� Water Carrier �ipe in CasinglTLlnnel Liner Plate
a. Measurezzient
1) Measured hoz'izontally along the surface from centerline to cen#erline of the
beginning of the casing/liuez to the end of t�ae casing/lmex �'ayment
.
CIT'Y OF k'ORT WOHTH NOTtTHPOINTE 24-11VCH WA,TER TRAI�ISIVII5SOIN MATAi (1�4-1 A)
5TAI�TDARD Ca1�5TRUCTIO%T SPECiFICA1TON bOCUMEATTS CITY P12Q7ECT Na. I�3505
nevised 7une 19, 2013
33 os 2a -z
INSTA.LLATIOI�T DF CARIZT�R PIPE IN CASING OR TLINNEL LIIVEA PLATE
Page2of10
1
2
3
4
5
b
7
8
9
10�
11
12
I3
14
15
X6
17
b. Payment
I) The �vork perform,ed atzd materials �urrushed in, accordance with tlus I#em;
and measured as providec� under "Measurement" sha1� be pai:d for at the
unit price �id per lineal• foot for "Vijater Carrier Pipe" complete in place for:
a} Various Sizes
c. Tlxe price bid shall incIude:
1) Furnishing and installing Water Main (Pipe} in Casing/Tunnel Liner Plate
as specified by the Draw�ngs
2) Mobiliza#ion
3) Grout �
�4) 7oint restraint
S) Casing Spacers
6) End seals
7) Excavaiion �
8) Hauling
9) Disposal of e�cess matez�ia]
1D) Clean-up
18 1.3 R.E +F�RENC�S
19 A. Def nitions
20 1.. Carriez' Pipe: Permazxent pipe for opera#ional use that is used to convey �lovms
z1 2. Casing: A steei pipe or tunneI linex installed by trenchless znethods that supports the
�Z ground and provides a stable underga•ound excavation for installation of the carrier
23 pipe
2�
25
26
27
28
29
3p
31
32
33
34
35
3G
37
38
B, Refer�nce Standards
1. Reference standards cited in tk�zs Specificatian refer to tI7e current z'e%rence
standard p�zblish.ed at the tima of the latest z'evision dat� lo:gged at the end of this
5pecificatian, unIess a date is specificslly cited.
2. Az�z�z�ican Society qf Testiz�g and Materlals (ASTM)
a. C39, Standard Test Me�od for Compressive �txength of Cylindz'ical Concret�
Specimens.
b. C109, Standard Test Method for Compressive Strength ofHydz�aulic Cement
Moxtars (LTsing 2-in or [50 mrn� Cube Specimens).
c. D63 S, Star�dard Test Method for Tensile Properties of PlasYzcs.
3. Izzternational Organizatian �oz Standardization (ISO):
a. 4001, Quality Maiiage:nr�ent Systems - Requirezn.ants.
4. Occnpaiional Saf'ety and HeaithAdministz'ation (OSHA)
a. OSHA Regulations and Standards for Undergroun.d Constructzon, 29 CFR Part
I926, ,Subpart S, Unde�•ground Canstructian a�d Subpaz-t P, Excavation.
39 1.9 ADNIXNISTRATIVE REQUIREMENT,� [1�DT USED�
40 1.S �UBMTTTALS
41 A. 5ubmi�CaIs shall be in accordance with Sec�ion OI 33 00.
�2 B. All submittals �hall be approved by the City p��ior to delivezy.
CITY OF FORT WQRTH NORTHPOLNTE 24-INCH WATER TRAAiSIvII550TN IyfA[i�T (N4-lA)
STt1NDAitT] CQNSTRUC7`ION SPECTFICA,TION DOCUMENT3 CITi' PR07ECTNo. ]03505
Iiavised 7une ? 9, 2013
33fl5Z4-3
INSTALLATION dF CARRTER PIPE IN CASIATG OR'1`[IND?EL L�iER PLATE
Page 3 of 10
1 �.6 ACTION SUBMTTTALSIXNFORIVIA'I`IONAL SUBMITTALS
2. A. Product Data
3 1. Casing Isalators/Spacars
4 a. Material Data
5 2. Grnuf Mix
6 a. Ma#erial Data
7 B. Shop Drawings
S 1. Required foz' 24-inch an.d larger pipe installat�ons
9 2. Submit Vil'ork Plan describing the carrier pipe installation equzpment, materials and
10 canstructian znetbods to be ez�aployed. ,
11 3. Casing 5pacers/Isolatars t
12 a. Detail drawings and manufactut•er's informatian �ox the casi�ag isolators/spacers
13 that will be Used. �
14 1) Include dimension and companent materials and docuznentation of
�5 manufact�t�er's ISO 9�0].:200d cei�ti�ication.
16 b. Aiternaii�r�s ta casing spaaerslisolators may be allowed by the City an a aase-
1'� by-case basis.
1 g c. For consideratzan of alterrzate method, submit a detailed descriptian of m�thod
19 including datails.
20 4. End seal or b�zlkbead designs and lacations for casingll�ers.
21 5, Azznular Space (between casing pzpe and casingltunnel liner plate) Grouting Woxk
22 Plata and Methods including:
23 a. Grouting :methads
�4 b. Details. of equipment
25 c, Grauting pracedures and sequences including:
26 1) Injection �net�ods
�7 2) Injectian pressures
Zg 3) Monitoring and recordi�ag equipment
29 A�) Pressure gauge calibxation data
3p 5) Materials '
31 d. Grout mix details including: ',
3� � 1) Proportions
33 2} Admi�tures including:
3q. a) Manufacturer's literatur-e
35 . b} Laboratory test data verifying the s#rength ofthe praposed grout zn.ix
3� c) Propo�ed grout de�asities
3� d} Viscosity
3g ` e) Inztial set time of grout �
3g (1) Data far these requi�ements shall be derived frarz�: trial batches from
4p ar� approved testizag laboratory.
q 1� e. Submit a zziinimum of 3 other simila�• projacts where �he prapased grout mix
q.2 design vvas used.
q.3 f 5ubmit anticipateci valumcs of grout to be pum.ped for each applzcation and
q.4 reacla grauted.
45 g. For pipe installations greater than 36-inches, wl�hout hold down jacks ox a
q{, restrained spacer, provide buoyant force calculations during grouting and
�}7 measuz•es to prevent �o#a�ion.
CITX OF FORT Vf10RTFi t10RT�TI'OINTE 24-INCH WA'I'ER TRAN3IvIISSOIN MAII�T {N4-lA)
STANDARI3 GONSTILUCTION sPECIPlCATION DOCUMENTS CITY PRbJECTNo. 103505
Iievisad 7une 19, 2013
33 [}5 24 - 4
J.NSTALLA"i10N OF CARRIER PIP� Tl� CASING OR TUNNEL LTN�R FLATB
Page 4 of ] D
1 I} Calculations sealed by a licensed Engiueer zz� the State of Texas.
2 h. Description of inethods an.d devices to prevent buckling of carrier pipe during
3 groutzn� af annular space, if required
4 1.7 CLOSEOUT SUBMITTALS [NOT USED]
5 1,$ MAINTENANCE MATEIdIAL SUBMITTALS [NOT USED]
6 1.9 QUA.LITY ASSURA,I�TCE
7
8
9
10
I1
12
A. Certifications
1, Casing isalato�/spacer manu�acturer sha11 be certi�ed against the provzsion.s of
IS09001;2000.
1.Ib DELNERY, STORAGE, AND $ANDLING [NOT USED]
L11 F�LD [SITE] CONDTTIONS [NOT i7S�D]
1.12. WARRANTY [NOT US�Dj
13 PAR'I' 2 - PRODUCTS
I�
15
2.1 QWN�R-Fi]RNISHED [on] OWN�R-SUPPLIEDPRODTICTS [NOT USEDJ
2.2 MATERIALS
16 A. Manufacturers
17 1. On1y the manufactuzers as listed on tha City's Sfandard Px�aducts List will be
18 cox�sir�ered as shown zn Section O1 b0 00.
I9 a. The manufactur�z' must comply with fihis ,Specification an.d i�elated 5ections.
20 2. Atry product that is not listed on the �tat�dard Products List is considered a
21 substitution and sha�l be submitted in accordazica with �ectio�� OI. 25 Q0.
22 3. The Caszng Spacers/Isolatozs shall be new and the product of a manufact�rer
23 regularly engaged in �he znazzufacturing of casing spacers/isolatoz's.
24 B. Design Criteria amd Maierials
25 1. Carrier pipe sha�l be install�d wit�.in the horizantal a�n.d vertical tolerances as �
2b .i.nd�cated in S'ART 3 of this Speci�eation, rncorpaxating all support/insuIator
27 'dimar�sions reauired. �
Diarneter
i inches
Wat@r Line 6-12
16-20
24 az�d reat
Sanxfa�y
Se�c�ver Li�e 8-16
1 & and
Material
DFP (Restxained)
DLP (Restrained)
AWWA C303 (IZes�•ainad}
DIP {Rest��a�ned)
Aj1V WA C303 {Rest.rained)
AWWA C301 Restrained
DtF (wirh Cez•atnic Epoxy}
PVC C900 DR14
DIP (with Ceratr�ic Epoxy)
Sp�cification
Refexence
33 11 10
33 Z 1 10
33 11 Z3
33 1l. Ia
33 1I I3
33 Z 1 15
33 11 10
33 31 2�
331I10
333113
CITY Q�' F012T WORTH NORTHPOINTE 24- INCH 4VA'!'Elt TRANSI�SSOIIV MAIN (1V4-IA}
S"I'ANDARI7 CONSTRUCTION SPECIFTCATION DOCLTIV�NTS � CITY PF�OJECT I�To. 1435pS
Revised 7une 19, �4I3
3aos2a-s
INSTALLA7'ION OF CA;RRIL�R YIPE IN CAS11�Cr OA TUNIVEL LTNERP7,A�'E
Page 5 of 10
1 2. Grout of annular space
2 a. For gravxty sevver carrier pipe installatian:
3 1) Fill all voids between the carrier pipe and the casing or Iir�er with grout.
4 2) All exteriar caniex pipe surfaces and aIl interior casing or liner surfaces
5 shall be in contact with the graut. .
6 b. For water line instal�ation�
� I) No annular space fill will be used.
8 3. Grout Mi�es
9 a. Low Density Ce11u1ar Grout (�.DCC}
�p I) Annular space (bet�veen sewer carrier pipe ar�d casiraglliner) grout shall be
I1 LDCC.
12 2) The LDGC shall be portland cement based grout mix with the addition o�a
X3 , foazzzing agent designed for thfs applicatior�.
14 3) Det��lop 1 or more grout mixes desi�ned to complefe�y fifl the anz�ular
i� space based an the folla�ving requirem�nts: ,
16 a) Provida adequate retardation to completely fill th� az�nular space in 1
17 monolithic pour.
ig b} Provide less than 1 pexcen# shrinkage by volume.
lq cj Campressive Strength
20 (I} Minimum sirength of 10 psi in 24 hours, 300 psi in 28 days
21 d) Design grout mix r�ith the proper density and use proper methods to
22 pre�en.t floating of the carrier pipa.
23 e} Pr�portian graut to flow and to eoznpletely �ill a�l �oids between the
2� carrier pipe and the casing or liner.
25 �. End Sea�s
26 a. Provide end sea�s at each en.d of the casing or liner to contain the grout backfill
or to c.Iose the casing/liner ends to prevent the inflow of watex or sail.
1) For vyater piping less than 24-inch ciiaa�.efer, use hard :rubber seals, Mode1
PL Link Seal as manufactured by the Th.underline Corporation or approved
equal.
2) For water piping 2�-inch dian�ater and greater, use pull-ozz, ll8 inch t1�ic�C,
synthatic rubher end seals, Model C, as manufactured b� Pipeline Sea� and
Insulator, Inc. or approved equal.
3) �'or sewer piping, no end seal.s are required since tk�e annular space betvteen
the carriex pipe and the casing wzll be �routed. :
Design end seals to withstand the anticipated soil or �grouting pxessure ar�d be
watertight to prevent groundwate:r from en,tering the casing.
27
2$
29
30
3I
32
33
34
35
36
37
�
3g 5. Casing Spacersl�nsulators
39 �� a. Provide casing spacers/insulators to support the car:ri�r pipe during installation
4� and grouting (where grout is us�d}.
4X 1) For coneret� pressure pipe, r�aartar bands may be allowed in lzeu of casing
r�2 spacerslisolatoxs.
�}3 2) Moz�ar hands shall be in accordaztce with Seetion 33 11 13.
44 b. Casing Spacers/Ssolators mat�:rial and propez�ties:
r�5 I) Shall he minimum 14 gage
46 2) �`or water pipe, utilize 5tau71ess Steel.
47 3) For se�wer pipe, utilize Coated Steel.
48 �) Suitable for supporting weight of catmier pipe withaut deforrz�nation or
49 callapse duri.ng installation
CITY OF EQRT WORTT� �iORTFIPOII�TE 24-]NC�-1 WATEit TR4N5A/IISSOFN 1VIAI1� (lY4-lA)
STANDARD CONSTRiJCTTON SP�CIFICATTON DOCi1MEi�TS CITY PRO.TECT Na. 1035R5
Bevised 7une 19, 2013
33 pS 24 - 6
II`T3TAT.LATION QP CAItRTER FIPE IN CA3INCr (]R 1'CJt�NEL L]N�R PLATE
Page 6 of 10
.1
2
3
4
5
6
7
8
9
14
11
I2
13
14
15
16
z�
18
19
20
21
22
23
za
c, Arovide restrained-styl� casing spacers to ha3d aIl pipes stable d�ring grouting
aperations and preveni floating or movenraent.
d. Provide dielectrze str�n.gth sufficient to eIectrically iso�ate each compone�t
frozaa one another at�d from the casixg.
e. Design risers for appz•oprsate Iaads, and, as a n�inirr�um;
1) Provide 10 gage steeI risers
a} Provide staiz�l��s steel bands and risers %r water installations,
% Band material and criteria
1) Pravide paIy�inyl chIoxide inner Iiner with:
a) Minimum thickness of 0.09 inches
b) Durometer "A" af 85-90 hardness
c) Miz�iznum dielectric str�n�ih of S$,000 volts
g. Runner material and criteria
I} Provide p�•essure-molded glass reirtforced polymer or LJHMW with: �
a) Minimtux� of 2 in,ches zn width and a n;zinimum of 1 T inches in langth.
2) Attach to the band or riser rnrith 3/8 inch mini�mum welded steel or stainless
stee] studs.
3) Runner studs and nuis sha11 be tecessed we11 belotiv the wearing surface of
the r�u�rter
a) �ill recess with a corrosion inhibiting filler.
h. Riser hei�ht
1) Provide suff"icient height with attached zt�uier atlow a minimum eTearan.ce
of 2 inches batween the outside of cat�'ier pipe bells ox couplings and the
inside of the casing lzner s.urface.
z5 2�.3 A.CCE���RI�S [loiOT USEDj
26 2.4 SOURC� QUALITY CON'ITROL [NOT i7SED]
27 PART 3 - �XECUTION
28 3.1 INSTALLERS [NOT U�EDj
29 3.2 EXAMINATION [NOT IJ�ED]
30 3.3 PREPARA.TION [NOT USED]
3I 3.4 INSTALLATION
32
33
34
35
36
37
38
39
44
41
42
A. General
1, Cazxiez� pipe insta[Iation sliall not begin until the follovring tasks have bean
cample�ed:
a. All required sub:txkittals have been pravided, review�d and aecepted.
b. A11 casing/liner joints are vvatet�tzght and no water is entering casing or liner
fram any sources.
c. All cantact grouting is coznplete.
d. Casinglliner alignment reCord drawin�s have been submitYed and accepted by
City to document deviations due to casing/linez' installation.
e. 5ite safsty representative has prepared a cade oisafe praetices and an
emergency plan in accordance with applicable requirements.
CTTY OF FpiRT VdORTH NORTI�POINTE 24-iPICH WATE12 TIZANSMISS�IN MAIN [N4-IA)
STANDARD CONSTRUCTION SPECTFICA.TIqN DOCUIVIL�'hiTS ' CITX PRO.TECT No, I035Q5
Revised Iune l9, 2p13 �
33 OS 24 - 7
P_�STALLATIOl� dF CARRTER PIPE IN CASI3VCr Olt T[JI3N�L LIIaER PLAT�
Page 7 of ] 0
1 2. The carrier pipe shall be znstalled �aithi�a the casings or liners between the limits
2 indicated on the Drawzngs, to the speci�'ied Iines and grades and u�ilizing methods
3 whicla inciude due regard forr safety of workers, adjacent structures and
4 improvements, utilities and the public.
5 �, Confixoi of Line and Grade
6 l. Install Carrier pipe inside the steel casing within the following tolerances:
7 a. Horizoz�tal
8 1} � 2 i�ches from design lzne
9 b. Vertical �
10 i) �1 lnch frpm design grade
11 2. Check lin� and gr�de set up pz'zar to beginnizlg carrier pipe installation.
12 3. Perform survey checks of line-and-grade of carriex pipe durir�g znstallation
13 operations.
14 4. The Cantractar is fully responsible far t�e accuracy afthe it�stallation and the
15 correc�ion of it, as required.
16 a. Where the earrier pipe installatian does not satssfy the specified tolerances,
17 eoi�rect the installation, including z#' necessary, redesign of the pipe or structur�s
Y g at no additional cos# to City.
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
4D
4l
42
43
44
45
46
47
C. Installatian af Carrier Pipe
1. Pipe Installation
a. Remove a11 Ioose 5oi1 from casing or Iiner.
6. Grind smooth all rough weids at casing joints.
2. Installation of Casing 5pacers
a. Provide casing spacers, insulators oz' other approved de�ices to pre�vent
flotation, movement or damage to the pipe duri�g instaliation an.d grout backfill
placemen�.
b. Assemble and sacureIy fasten casing spacers to the pipeline to b� insta�led in
casings ar tunxiels.
c. Carz'ectly ass�rnble, evenly tighten and prevent damage during tigh#ening of the
insulators and pi.pe insertion.
d. Tnstall spacers in accordanee with m.at�.ufacturer"s recoxnmendations.
e. Install carrier'pipe sa that there is no metallic contact between the carrier pipe
and the casing.
f. . Carrier pipe sha11 ba installed vvitS�nut sliding or dragging it on the graund or in
, the casin�Jlin�r iz� a maruier that could damage the pipe or cnatir�gs.
� 1} If guide rails are allowed, placa cement mortar o�t both sides of tb.e rails.
g. •Coat the casing spaeer runneis with a non-corrasivelenvi,ronmentally safe
lubrzcant to minimize friction when installing the carriez' pipe.
h. The carrier pipe shall be electrieally isolated from the carrier pipe and £rom the
casir�g.
i. Grade the boitom of the trench adjacent to eaeh end of the casing to provi.de a
�'iz�n, unzfarm and contin�xoLts support for the pipe. If the trench reqttirres same
backfill to establish the final tre�.ch bat�om grade, place the backiill material in
b-i�ach lifts and coznpact each layex.
j. After the casing or tunne� laner has been plaaed, purnp dry and maintain dry
until the casing spacers and end seals are installec3.
3. Insulator Spacing
CTTY OF FOIZT WDItTH IVORTHPOTNTE 24-INCIi WATEA'I"RANSMISS�IN MATN (N4-i A.)
STAiV�DARi] CQNSTRLTCTION 5P$GIFICATIDN DOCUMEATTS C1TY PR07ECT No. 1035(15
Aevised 7une k9, 2013
�a as z�. - a
IN�TALLATIOT� O�' CARRIER PIPE IN CASING qR TUNN�L LINEiZ PLATE
Paga 8 of 1 D
1 a. Maximum distance between spacers is to be 6 feet.
2 b. For 18 and 2(? %ot Iong joints, install aminimum of 4 spacers.
3 1) Instail2 spacers wit�in 1 foot an each side of th� bell or flange,
4 2) Retn:ai.ning 2 spacers shall be spaced equally.
S c. If the easing oz' pipe is angled or bent, reduce the spaeing.
6 d, The e�d spac�r musi be within 6 izzche� af the end of �he casing pipe, regardl�s,s
7 of size of casing and pipe or type of spacer �ased.
S e. Install spacers an �VC pipe at the insartion line to prevent over-insertion of tlas
9 spigot into the beIl.
I O 4. Aftex installation af the carrier pipe:
11 a. Moriar inside and outside of t�ie joit�ts, as applicable
12 b. Vexify eIectrical d'zscontinuaty between Yhe water carrier pipe and tunnel Iiner.
13 1) If continuity exists, z'e�n.edy the short, by a11 means necessary includi�g
1� xemaving and reinstaYlingthe carrier pipe, prior to applying callular grout.
15 c, If hold down jacks or casing spacers are us�d, seal or plug tlac ends of the
lb
17
18
19
caszng.
d. If steel pipe is used ancl t�of vvelded prior to installation ir� casingllinar, welding
of pipe will only be a.11owed after grouting af annular space is caznpTete.
D. Installation of End Seals
20 1. Far Water Pipes
2.1 a. Grout end o� casing�liner a minimum of 6 inches and a maxirnum of I2 inches.
2� b. Place pull-on syn�hei:ic rubber end seals on the pipe az�d puI1 over the end a�fhe
23 casing. Securely fasten with stainless steel bands.
24
2S
2G
27
28
29
2, Far Sewer Fipes
a. Grout annula.r space 3�etween carrier pipe and casing as indicated in this
,Specificatian.
E. Annular Space G�•o�ting (For �ewer Only}
Prepa.re pipe as necessaty to prevent the pipe froxn floatmg dn�•ing grouting
operation as necessary.
34 2. Mixing af Grot�t
31 a. Mi� materzal in equipment of suificient size to provide the desir.ed amount of
32 grout matexial %r each stage in a single operatioz�.
33 1.) The equipment shall ba capabie of mi�ng the grout at the requiz•ed densities
34 for the appxoved pracedure and shall be capable of c�tanging the densities
35 as required by field conditzans. ,
36 3. Backfiill Ar�nular Space with Grout
37 a. Prior to %lling of the annular space, test the carrier pzpe in aceordance with
38 Section 33 01 30�. '
39 b, Verify the m�imur�a allowable pressuxe with the carrier pipe manufact�.irer and
40 do not exceed this p��essure.
¢� c. A�iez' ihe installation of the carrier pipe, the rea�aining space (all voids) b�tween �
42 the oasing/liner and the carrier shall be fiIled with LDCC grout,
43 1) AI� surfa�es of the exterioz• carrier pipe w+all and casing/�iner inte:rior shall
44 be i:n contact with the grnut.
�45 2} Grout shaJ.l be pumped thraugh a pipe or hose.
�6 3j Use grout pipes, oi• other appxopriate materials, to avoid damage to carrier
�7 pipe during grouting.
C1TY QF �ORT WORTH �TQRTHPOTNTE 24-INCH WATF3z TTLANSMLSSpIN P�,9IN (Ai4-]A)
3TANDA.[2D C�NSTitUCTION SPECIFICATION DOCUItiIENTS CITX PRO.fEC1" 1�'0. 103505
Revised 7une 19, 2013
3a os z4-9
iNSTALLATION OF CARRT�R PIPE ilZ CASING OTZ TUNNEL LTNER PLATE
Page 9 of !0
1
2
3
4
5
6
7
S
9
�a
11
4.
5.
6.
Tnjaction of LDCC Graut
a. Grout �inj ection pressure shall not exceed the carrier pipe manuiacturer's
appraved recom�nenclat�on.s or 5 psi (whichever is lower}.
b. Pum.ping equipment shall be of a size sufficient to inj ect gxout at a�valume,
veiocity and pressure co�pa#ible wkth tk�e siz�lvoluaie of the annular space.
c. Once grouting operations bsgin, grout�ng sha11 pxoceed uzaznterrupted, unless
grnuiing procedures requira znultiple s#agas.
d. Grout placem�nts shall not be terminated until the estimated annular �olume Qf
grout has been inj ected.
Block,the carrier pipe during grouting to prevent flotation duxing grout installa�ian.
Protect an.d preserv� fhe interior surfaces af the casi ng frorn daa�n age.
12 3.5 REPAIR 1 RESTORATZON [NOT iTS.EDj
13 3.b RE-7NSTALLATION [NOT IISED]
14 3.7 FIELD [ax] SITE QUALITY C[)NTROL
15
I6
17
18
I9
�a
21
22
23
2�}
25
26
2'1
28
29
3d
31
32
33
34
35
36
37
3$
39
�0
�1
�12
43
A. Reports and Records required for pipe installations gzeater than 48-inches and longer
than 350 faet
I. Maintain and subnait daily logs of grnuting operatzons.
a. Inelude:
1) Grouiing iocations
2) Pressures
3} Volumes
4) Grout mi� pumped
5) Time oipumping
2. Note any problexns or unusual observations on lags.
B. Grout Strength Tests
I. City will perfornn tesfiing foz' 24-hou�' arad 28-day compress.i�e strengtb tests for the
cylinder molds or grout cubes obtained during grouting opexations.
2. City will perform �xeld sampling during annular space groutit�g.
a. City r�vill collect at Ieast 1 set of 4 cylinder rnolds or grout cubes for aach 100
cubic yards of grout inj ected but n.ot less thazz 1 set for each groutizzg shif�.
b. Ciiy will periarm 2A-hour and 28-day campressive stren�h tests per ASTM
G39 (cylindrical speczmens} or A�TM C109 (cube specimen.$). �
c. Remain.ing samples shall h� tested as directed by City.
C. Safety .
1. T�ae Cantractor is responsible for safeiy on the job site. �
a. Perfort� all Work in accordanee with the current applicabl� regl.ila�ions ofthe
Federal, State aud local agencies.
� b. In the e�ent of conflict, comply with the more restrictive applicable
requirement.
2. No gasalirne pawered equipment sha11 be permitted in jacking shafts and z'eceiving
s�af�slpits.
a. Diesei, electrical, hydraulic and air powered equipment is acceptabie, .subject to
applicable lacal, State and Federal regulations.
CiTY pP FaRT WORTH 1+FbI�Ti3PO1NTE 24-]NCkI WATER TRANSMTSSOIN MAIlV (N4-lA)
STANAARD CONSTRUCTIDN SPECTFICATION DOCUIV[ENTS C1TY PROJECT lNo. 103505
Revised Juna 19, 2013
33 O5 24 - 10
IN3TALT.ATIQN OF CARRIER PIPE II�1 CAS]NCr OlZ Tl1NiVEL I,IAIER PLATE
Page 1 Q af 14
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
1b
17
3. Methods af constntction shall be such as to ensure th� safety af the Work,
Contractor's and other employ�es on s'xte and the public.
4• F�rnish and operate a temparary ventilatian system in accordanc� with applicable
safety xec�uirern,ents when personnel az�e underground.
a. Yerform aII :required air and gas monitoring.
b. Ventilation system shall provida a sufficient supply of fresh air and mairztain an
atmosphere frae of to�ic ar flarrunable gasses in all undergraund work areas.
5. Perform all Work in accordance with alI cuzxent applicable regulatza:ns and safety
requireznents of the federal, state and Ioaa� agencies.
a. Comply with all applicable provisio�zs of OSHA 29 CFR Part 1926, Subpart S,
Underground Constr�zction and Subpaz-t P, Excava�ions.
b. Tn the event of can�liet, comply �vith the naore stringent requirements.
6. If �ersonneI will enter the pipe during construction; the Cantractor s.hall develop an
�mergency response plan for rescuing persotu�el trapped underground in a shaft
excavation or pipe.
a. Keep on-site a11 equipment required far exnergency xesponse in accordance wztl�
the agency having jurisdiction
18 3.8 SYSTEM �TARTUP [NOT USED]
19 3.9 ADJUSTTNG [NOT U��D)
20 31Q CLEAN7NG [NOT USED]
21 3.11 CLOSEOUT ACTNi'I'IES [NOT i7SED]
22 3.12 PROTECTZQN [NOT USED]
23 3.13 MAINTENANCE [NOT USED]
24 3.I� ATTA,CHMGNT� [NOT U�ED]
25
�
27
END OF SECTION
Aevision Log
DATE � NA,N�
STJMMAIZY OF CIIANGE
12/20/2012 D. Johnson 2.2.B.1--1�adi�ed minimwn �vater ]ine diameter from 8-inches to 6-iraches
� Added Blne Te� fnr clarification
1.1.C— A,dded Concrete Pressure Pipe S�ecificat�on referenee.
6/19/2013 b, 3nhnson 2,2,8.5 -- Added pro�isions %r moz'Ear hands on conerete pressure pipe.
3.4,C.3 — Ravised �anguage re]�ted to spacing oicasing spacers to correspotad to the
City's Staridard betaiI.
CIT]' �P FORT WQRTH NORTkIPOINTE 24-INCH WATER'TR,4N5MISSOLN IvI1LlN {N4-]A)
STANDARD C�NSTKUCTION SPECTFICATION DbCUMENTS CITY PIip7L�CT No. ID3505
Revised 7une ] 9, 2013
3311 10 - I
DLTCTII.�.1R�N P1PE
Page 1 of 13
�
2
3 �ARTI- GENERAL
4 1.1 SUMMARY
S
6
7
8
9
10
11
I2
i3
14
15
16
17
18
19
20
21
22
23
24
25
z6
27
28
29
30
31
32
33
34
35
36
37
38
39
s�cTiorr �31i ia
DUCTILE IR.ON FIPE
A. SectiOn Includes:
1. Auctile Iran Pipe 3-inch througla b4-inch �or potable wafer, t�vastewa�er and reuse
applieations
B. Deviatians from this City af �'ort Worth Standard 5pecification
1. None. '
C. Related Speci�icaiion Sections �nclude, but are not necessax'i1y 1i.mited to:
1. Division 0— Bidding Requireu7.ents, Cnntract Fornas, and Canditions af the
Confiract
Z. Divzsion 1— Gsneral Requirements
3. Section 33 01 31— Clased Circuit Tele�ision. (CCT'V} Inspection.
G. Section 33 04 10 — Joint Bonding and Elec�arical Isolation
5. 5eciion 33 04 40 — Cleaning and Acceptance Testing of Wa�er Main.s
6. Section 33 OS 10 — Utility Trench Excavation, Exnbedment and Backfill
7. Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
8. 5ectio� 33 11 OS —Bolts, Nuts, and Gaskets
9. Section 33 11 11 — Ductile Iron Fitti�ags
1.2 PRICE �1ND PAYII�NT PROCEDLTRE�
A. Measurement and Payxnent
1. Duc�ile Ixan Pipe �
a. Meas�,uement ��
I} Maasured horizontally aIang the surface from centez• line to center line of
the �itting, tnat�ole, or appurtenance
b. Fayrment `
1) T1ae work paz'formed and materials fwz�lshed in accardance w�[th this Itern
and measured as provided under "Measuretn.ent" w'ill be paid %r at the unit
price bid per Iinear foot �ar °`DIP" installed fox:
a) Various sizes .
b) Various iypes of backfill
c� Various linings
d} Various Depths, for misce�laneous s�wer �rojeots only
e} Various restraints
f} Variou� uses
c. Ths price bid shall include:
I) Furnishing and instal.Iing D�tctile Iron Pipe with join.ts as speci�ed by th�
Drawings
CI1"1' OTr FORTlWORTH NORTHPO�T�24-INCH.WATER TRANSMISSTOl� ivTAIN (N4-]A)
STANDARI] COI�TSTi�UCTION SPECIFICATION AdCUMENT.S City Praject Nv. L035D5
Rer+ised Decembar20, 2012
33 I1 10-2
D[JCTILE IItON PZP�.
Page 2 of 13
1
2
3
4�
5
6
7
8
9
IO
11
12
13
14
I5
1b
17
2) Mabilizatian
3) Polyethy�ene encasementi
4) Lining
5) Pavern.ent removal
b} Excavation
7) Hauling
S) Disposai of excess material
9) Furnishing, pIacement and compaction af embed�tent
10) Fuznishing, placement and coznpaction of hackfill
11) Trench water stops
T2) Thrust restraint, if req►.ured in Contract Documents
13} Bolts and nuts �
14) Gaskets
15) Ciean-up
16) CIeaning
I7) Disinfe�tion
1 S} Testiug
f 8 1.3 �FER�NCES
19 A. Definifzans
20 1. Gland ar Followez' Gland
21 a. Non-rest�•ained, mechanical joint fifting
22 2. Refainer G�and
Z3 a. Mechanically restrained mechanxcaI joint tltYing
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
' 3$
39
40
�l
42
43
44
45
B. Reference Standards
1. Reference standards cit�d in this Specifieation refer to the cun•ent refereiice
standard pubIished at the �izne of the latest revision date logged at the end of this
Specifica�ion, un�ess a date zs specifical�y cited.
2. Az� arican Association of Stata Highway artd Transpprtation Officials (A.ASHTO).
3. American Society of Mechanica� Engineers (ASME}:
a, B 16.1, C'rray Izron Pipe Flanges and Flanged Fittings� {Classes 25, 125 and 250),
4. ASTM InternationaI (ASTI1�:
a. A193, Standard Specification for Alloy-Sfeel and Stainless Steel Bolting for
. High Temperatu�'e or High Pressure S��vice and Other Special Purpose
Applications �
b. A1.94, Speciftcaiion for Carbon and Alloy Steel Nuts �'or Bolts for High
Press�tre or High Teznperature �ezvice, or BoYh
c. A242, Standard Spacification for High-Strength �.ow-Alloy Stz-uctural Stee1.
d. A3Q7, Standard Specz�cation for Carbon SteeI Bolts and Studs, 60,OQ0 psi
Tensile Stre�zgth.
e, A,674, 5tandard Praetice for Po2yethylene Encaserz�.ent for L7uctile Iron Pipe �or
Water or Qther Liquids.
f. B1 I7, Standard �ractice for Oparating Salt Spray (Fog} Apparatus,
g, �633, Standar�l Speeif cation for Electrodeposited Coatings of Zinc on Iron and
Steel.
5. American VJater UJo�ks Association (AWWA}:
CTTY OF PORT WO�TH NORTHPOINTE 24-TNCH WATER TRANSMISSI�N IYiA�V (Nq- ] A)
STANDART� CO2�STAUCTION 3PECIFICATIdNIJOCUMENTS City Project No. 10350.5
Revised Decamber 20, 2012
33 11 1 U- 3
DUCTILE IR03�T PIPE
Page 3 of l3
1
2
3
4
5
6
7
8
9
1Q
11
12
13
i�
�
15 7.
16
17 g.
1.8
A. Submittals shall ba in accordan.ce with Sec�ion 0133 OQ.
�9 1.4 ADNIINZSTRATIVE R�QUIREMENTS [N4T USED]
20 1.5 SiTSMITTALS
21
22
23
B. AlI submittals shall be appro�ed by the Czty prior to delivery andlor �abrication for
speci�s.
24 1.6 ACTION SUBNIITTALS 1 INFORMATIONAL STTSMITTALS
25
26+
27
28
29
30
3l.
32
33
34
35
3b
37
3$
39
an
41
42
A. Product J3ata
a. C2�3, Coal-Tar Protective Coatirigs aud L'znings for Steel Water Pipelines -
Enamel and Tape - Hot Applied.
b. G600, Installation of Ductile-Iron Water Mains and their Appurtenances.
c. M�1, Ductile-Iron 1'zpe and Fiffings.
American Water Warks Associatior�lAmerican National Standards Institute
(AWWAIAN�T):
a. C104/A21.4, Cement Mortat' Lining for Ductile-Iron Yipe az�d Fitt7:r�gs.
b. C105/A21.5, Polyethylene Encasement for DuctiSe-IrQn Pipe Systems.
c. C11 I/A21.11, Rubber-Gaslcet .Toints for Ductile-Iron Pressurre Pipe and Fittings.
d. C 1151.A21.15, Flanged Ductite-Iran Pipe with Ductile-Tron ar Gray-Tran
Threaded Flanges.
e. C1541A2I.50, Thickness Design of Ductile-Trnn Pzpe.
f. C1511A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water.
g. C600, Tnstallation of Ductile-Iron Wa#er Mains and #heir Appurtenances
N5F Intertzational (NSF}:
a. bl, Drinking Water System Components - Health Effects.
Society for Proteetive Coatings (�SPC);
a. PA 2, Measurement ofDry Coating Thickness with Magnetic Gages.
1. Interioc lining �
a. If it is other than cement mortar lining i.z�. a�cordance with AWWAIANSY
C 1 Q4/A21.4, including: �.
1} Material ,
2) Application recommen.dations ,
3) Field tauch-up procedur�s
2. Thrust Restraint �
a. Retainex glands, thrust haznesses or any other means
3. Gaskets
a. Iihydrocarban or other special gaskets are required
B. Shop Drawings — Furnisla for Ductile Iron Pipe �sed in the water di�#ribution syst�m or
for a wastewater foree zxaain for 24-inch a.nd gteater dxameters, including:
1. Wall t�cickness design calculations sealed by a Licensed Professional E1lgineer in
Texas includ'1ng:
a. Working pressure
b. Surge pressure
c. Deflection
CTTY OF FORT WQRTI-I NORTHPOINTE 24-�iCH WATEiL TRANSMISSTOI�T N1A[N (1�4-1A)
STANDAIZD CONSTRCTCTION SPECT�ICATIQN DOC[7N�NTS Cily ProjeeYNo. 103505.
Revised December 20, 2�12
�3 ii io-a
DUCTTLE IRON PIPE
Page 4 of 13
1
2
3
4
5
6
7
8
9
10
lI
�
3.
Pz'nvida thrust r�straint calculatzons for alI fiftin.gs and valves, sealed by a Licensed
Professio�al Engit�eer in Texas, to verify the r�straint lengths shown in the
Dravvings.
Lay schedule/drawing for 2A�-inch ancf greatet' diameters, sealed by a. Licensed
Pxafessional Engineex in Texas in.c]uding:
a. Pipe class
b. .Toints type
c. Fittings
d. Stationzzag
e., Transitinns
f. Joint de�lection
12 C. Cez�tificates
13 �1. �'umish an aff davit certifying that all Ductile I��on Pipe meets the provisions of this
14 Sectlon, each run of pipe fi�aished has met Speci�tcations, all inspections have
15 b�en made, aud tha� all tests hav� been perforrned in accordance vvith
�6 AWWA/ANSI C151IA21.5J. -
17 2. �'ut7n.is�t a certifzcate stating that buz'ied bolts and nuts conform to ASTM B 117.
I8 ]..7 CLOS�OUT �UBMITTALS [NOT US�D]
19 1.8 MAINTLNANCE MATER�A.L SUBMxTTALS [NOT USED]
20 1.9 QUALITY ASSURANCE
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3�
37
38
39
40
A. Q�alificaY�ons
1, Mai7ufacturexs
a. Finish.�d gipe shall be the product of 1 m.antiifacturer.
I) Cl�anga orders, specials, and field changes n�ay be provided 6y a diffez'ent
manufacturer upon City approvaI.
� b. Pipe enanufact�-ing aperations (pipe, liniz�g, and caatings) sh.all be �ra•fo��zed
under the control of the manu�acturer.
c. Duciile Iron Pzpe -
. I) Mani�faciizred 'tn accordance with AWWAIANSI C1511A21,51
a) Perform qua.lity control #ests and maintain �•esuIts as outlined within
standard to asstiu•e compliance. ,
2'�. Subject each pipe to a hydrostatic test of not less than SbD psi for duration
af at Ieast 10 seconds.
B, Preconstruct�.an Tesiing
l. The City may, at its own cost, subject randozrz Iengihs of pipe for testing by an
independent laboratozy for cnmpliance witla this 5pecifcation.
a, The co�npIiance test shal.I be performed in the ilnited Statas.
b. Any visible defects or failure ta meet th� qua:lity s�andards lierein will be
grounds for rejecting the entiz-e ordei•.
1..10 DEIIIV�R�.', STORAGE, �,IOTI� H�,I�DL�.NG
4I A. Storage and Handling R�quirements
�2 1. Duci�le Iron Pipa shall be stored and handled in accordance witb the guidelines as
�3 stated in A�VWA M41.
CPi'Y OF FQRT WORTH NpItTHI'OTNTE 24-[NCI� WA1'�Tt TRA�TSIvII55IQI3 MAIN (N0.-lA)
S�'ANDAILI] CONSTRUCI'ION SPLCTFICP;TION DOCU1viENTS CiTy Projeet Na. 1035�5
17evised Decam6er 20, 2012
331110-5
]]UCTILE TROI3 PIPE
Page 5 ni 13
1 2. Securr� and maintai� a location to stoxe the material in accordance with 5ection Ol
2 66 Q0.
3 1.11 FxELD [S�TE] CONDITIONS [NOT USEDj
4 1.12 WARRANTY [NOT USED]
5 PART 2 - PRODUCTS
5 2,1 OWNER-Fi7RNISHED [oa] (3�WNER-SUPPLIED PRODUCTS LNOT USED]
7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIA.LS
S A. Manufacturers
g � 1. Only the manufacturez�s as listed in the City's Standard Products List uzill be
1p considered as shown i.� Section 01 64 OQ. •
x� a. The ;mariuf'acturer rnust complq w:ith this Speci�zcation and related Sections.
12 2. Any product fhat is n.ot listed on the Standard Products List is considered a
�� substitutian and shall be su6mitted in aceordance with Section O1 25 Q0.
14
15
is
17
i8
19
2�
21
22
23
24
zs
26
27
28
29
30
31
32
33
B, Pipe
1. Pipe shall be in accordatace with AWWA/ANSI C111./A21.11, AW-WACANSI
C150/A21.15, and AWWAIANSI C1511A21.51.
2, All pipe shall meet the requirements oiNSF bl.
3. Pipe shall have a 1ay len�th of 18 feet or 2D feei except far special fittings or
clasure pieces and necessary to co�nply wifh the Dravaings.
4. As a minimum the follo�rin.g pressures classes apply. The Drawings znay specify a
hi�ghex pressuxe class or the pressure and de�lection desigt� criteria may also require
a higher pressure ciass, but in no case shauld they be less than tlae following:
5
Q
Pipe znarkings shal.l zneet the mini.nnum requirements of AWWAIANSI
C151lA2I .51. Mininnuzn pipe markings shall be as follaws:
a. "DI" or "Ductile" shall6e clearly labe�ed on each pipe
b. Weight, presslure class and nonnxnal thicicness af each pipe
e. Year and country pipe was cast
d. Manufacturer's m.arlc
Pressure and Deflection Desi�n
a. Pipe design shall be based on trench conditions and desi�m pressure cIass
speci�ied in the Dra�vings.
CITY OF FORT VJQRTH NORTFIPQINTE 24-TNCI-I WATER TRAI�I5N�S31pN NIATN (N4-lA)
STANDARI] CO1�ST12UCTION SPECIFICATION DOCiTMENTS City Project No. 103505
ltevised December 20, 2012
33 11 10-G
DUCTILE IRQ1V PIPE
Yage 6 of 13
i b. Pipe shall be d�signed aceording to the methods ix�.dicated in AWWAIANSI
2 C150/A21.50, AV4lWA/ANSI C1511A21.SI, and AWWA M41 fot• trench
3 canstruction, using t1�e following parameters:
4 1) Unit Weight of FiI1(w) =130 pcf
5 2} Live Load = AASHTO H� 20
6 3) Tranch Depth = 12 �'eet minimum, ax as indicated in Drawings
7 4) Bedding Conditians = Type 9-
g 5) Working Pressure {P�,) = 1 SO psi
9 6} 5urge Allowance {Pg) = 100 psi
10 7} Design Internal Pressur� {Pl) � Pw �- Pg ox 2;1 safety factor of the acfi�za[
1 I wo:tking pressure plus the actual surg� pressure, whicheve�• is greater.
12 a) Test �ressure =
z3 {1) N6 �ess than I.25 minimwn times the stated workiz�;g pressu�•e (I$7
�4 psi minimum) of tha pipeline measwr�d at the h'rghest e�evation
�� aIoi}g the test section.
1b (2} No less than 1.5 times the stated working pres.sure (225 psi
17 �:�inimum) at the lowest elevation of �.a t�st sectian.
�g 8) Ivlaxi.m�m. Galculated Def�ection (DX) = 3 percent
I9 9) Restrained Joint Safety Factor (S�) = IS percent
20 c. '�xench depths shall ba verified after �xisting utilities ara Iaeated.
21 1) Vei�tical alignnaent changes required because of existing utility oz oth�r
2z conflicts shal� be a.ccommodated by a� appropriate chan.ge in pipe design
23 depth.
2� 2) In no case shall pipe be installed deeper than its design aIlaws.
25
zs
z7
zs
2s
30
31
32
33
34
35
36
37
38
39
40
4I
42
43
44
45
46
47
�48
49
7. Provisions for Tk�rust
a. Thrust at ben.ds, tees, plugs ox otker fittings shall be mechanica[ly restrained
joints when required by the Drawings.
b. Thrust at bends adjacent to casing pipe shall be restrai.ned by mechanical means
through casing and for a sufficient distance each sida of casing.
c. No thrust restz'aint contributian shail be alIowed for the restt•ained length oi
pipe rvithin tYze casing.
ci. Restrained j aints, when required, shall be used for a suf%ci�nt distance �rnm
each side of the be�rd, tee, plug, valve or other fitti�tg to resist tlirust which wilI
be developed at the design, pressure af the pipe, For tha pnrpose of �fu�ust, the
following sha11 appIy: �
1) Val�+es shall be calculated as dead ends.
2) Design pt•es5�.lre sha1l be greater than #he working pressure o�the pipe or
� the ir�tez•nal pressure (P;) whichever zs greater.
� 3) Resfxained joints shall consist of approv�d �nechanical �•esiraizaed or push-
o� �•estrained joints as listed in the City's Standard Products List as shown
in Section O1 6fl 00. •
e. The Pipe Mantifac�.irer shall vez'ify the Iength of pipe with restrained j oints to
resist tl�rus1 in accordance with the Drawings, A�VWA M4-1, and the �ollowing:
1} Tl�e weight of earth {W�} sha.11 be caIculated as the weight of the project�d
s.oi1 prisan abffve the pipe, for unsatuxated soil conditia:ns.
2) Soil density =130 pcf (maxunuzn. value to be used), �ox unsaturated soil
conditions
3} If zzadicated on tT1e Drawings and fhe Geotechnieal Borings that ground
water is expected, account for reduced soil density.
CITY OF FORT'VJOATH NORTHPOII+iTH 24-TNCH WATBR TRANSMr55ION NlA�N (N4-]A)
STfi.NDARD CON3TRUCTION SPECTFTCATION AOCUM�3'TS City Praject No. 1fl35�5
Aevised Decemher 20, 2012
3a zi io-7
nucT�,� u�ox rzrE
Page 7 af 13
4
5
6
7
8
4•
1Q
11
12 .
13
14
15
16
17
18
19
20
21
z2
23
24
25
$. JOlrits
a. General — Gamply with A�WAIANSI C111IA21.1 i.
b. Push-On 7ainis
a Mechanicai Joznts
d. Push-On Rastrained 3oints
1) ResYraining Push-on joints by means of a special gasket
a) Only t�ose praducts that are listed in Section O1 60 00
1�) The working pressure rating af the restrained gas�et must exc�ed the
test pressure af tihe pipe line to be installed.
c} Appxoved far use of restraining Ductile Iron Pipe xn casing vvi.tb. a
carrier pipe of 4-inches to 12-inches �
d) Ofherw�sa only appra�ed if specially listed on fhe Drawings
2) Push-on Restrained Jaint hell and spigot ��
� a} Only those products list in the sfiandard products list will be alla�ved far
the size listed in the standard products lzst pex Section 41 60 OQ.
b} Pressure rating shall eXceed the working and test pxessure of the pipe
� Iine.
e. �'langed Joints--AWWAIAN�I C115/A21.15, ASME B16.1, Class 125
f. Flange bolt ci:rcles and bnit holes shall rnatch those af ASM� S 16.1, Class 125.
g. Fzeld fabricated flanges are prohibited.
Gaskets
a. Provide Gaskets in accordanc� wvith Seetion 33 11 QS.
10. Isolatian Flanges
a. Flat�ges required by tha drawings to be Fsola�ion Flanges shall coz�orm to
Section 33 04 10.
�,6 11. Bolts and N�ts
27 a. Machanical Joints
Zg 1.) Pxovide bolts and nuts in accordance with Section 33 11 a5.
2g h. Flanged Ends
3p 1) Meet requirements of AWWA C1I5.
31 '� a) Frovide bolts and nuts in accordance �with Section 33 11 O5.
32 12. Flange Coatings
33 a.. Gonnections to Steel Flanges
34 1)' Buried connections with Steel �`langes shall be coated with a Petrolatum
35 ' Tape System in accordance with Section 33 11 O5.
36 13, Ductile Iron Pipe Exterior Coatings
37 a. A11 dtitctile iron sha11 h.ave an asphaltic coating, mini.m.uz� of 1 mil thick, on the
3g , pipe e�erior, unl�ss otherwise speci�ed in the Contract Aocuments.
39 14. Polyethylene Encasement ,
�fl � a. A!1 bur�ed Ductile Zz'an Pipe shall be polyethylene etacased.
41 b. Only xzxanufacturers listed in the City's Standard Products List as shawn in
42 Section O1 64 00 will be considered acceptabie.
�}3 c. Use only virgin palyethylene matez'ial.
q.4 d. Encase�ent for buried pipe s�all be $ mil Iinear lowv density (LLD)
q.s polyethylene ca�forzning ta AWWAIANSI C1 QS/A21.5 or �- miI hip�.a density
r}� cross-la�ninated (HDCL) polyethylene encasernent confarming ta
47 AW WAIANSI C 1�S/A21.5 and ASTM A674.
CITY O�' �'ORT WQRTT� �TORTHPOTI�TTE 24-]NCH WATEft'i'Rt1NS1�+iISSION MATN {N4-lA}
STANDA1tD CONSTRUCTION SPECIFfCATTON DOCUMEI*ITS City Praject No. 703505
Revised December 20, 2012
33 11 10 - 8
DUCTILE I�ON PIPE
Page 8 of 13
1 e. Marking: At a minimum of eveiy 2 feet along its leng,th, the mark tlae
2 polyethylene film with the foIlowing in%rmation:
� 1) Matiufactuz•e:r's name ortradezxi,acrk
4 2) Yearafmanufacturer
5 3) AWWAIANSI C105/A21.5
6 4) 1Vlinimum film thic�ess and material fype
7 , 5) Applicable range of naminal dia�eter sizes
g 6) Wa�ning — Cotxosion Protection — Repaar A�y Damage
9 f Special Marktngs/Colors
1D 1) Reclaimed Water, pexform one of the �allowing:
�I a) �,abel polyetb,ylene encasement with "RECLAIMED WATER",
12 b) Pz'o�+ide puxple polyethyIene in accoxdanc� with the Amexican Public
13 Woxks Association Uniform Co1or Cod�.; or
�4 c) Att�ch purple reclaimed water marker tape to the polyethylene v,�ap.
15 2) Wastewater, perForm one of the following:
16 a) �,abe1 polyethylene encasennent with "�VASTEW�iTER";
i7 bj Pt�ovid� green polyethyle�e in accordance with fihe Americat� Public
z� Warks Association Unifozm Color Code; or
19 c) fLttach green sanitary sewex• bn.arker tape to the polyethylene wrap.
2� g. Minimum widths
21
Pol efh lene Tube ��d Sheet �izes for Push-On ,loint �'i e
Nominal Pipe Diameter Min. Width — Flat Tube lltin. 'Width — Sheet
{i�zches} {inch�s) (inches)
3 14 28
4 I4 28
6 16 32
$ 20 4.0
10 24 48
12 ' 27 54 �
14 30 60
16 34 6$
18 37 74
" 2� 41 82
24 �4 ]. D 8
�. 30 67 �34 �
3� 81 162
4� 81 z6�
48 95 190
5`� X4$ 21b
6a I08 21b
64 I21 242
22 15. Ductile Iron Pipe Int�rior Lining
23 a. Cement Mortar Llning
GITS( OF rO1ZT WORTH NORTHPOIlVTE 24-TNCH WATEK TI�,NSIVIf�SION MAIId (N4-IA.)
STAHDt1FtD CONSTRtJCTION SPECiFICATI0NA0CUMF1+iTS CityPrajectNn. I03505
Revised Deccmber Z0, 20.f 2
3�31114-9
DUCTILE IRON PTPE
Page 9 of 13
x I) Ductile Iron Pipe for pofable water shall have a cement martar lining in
2 accordanc� with AWWAIANST C1041A21.04 and be acceptable aceording
3 to NSF 61.
4 b. Ceram.�c Epoxy or Epoxy Linings
5 1) Ductile Iron �ipe for use in wastewater applications s�all be lined with a
� Ceramic Epoxy or Epoxy Iining as designated in the City's Stat�dard
� Products List as shown in Section O1 6Q 40.
g 2) Apply lining at a minunuzzi of A�0 mils DFT.
9 3) Due to the tQlerances invalved, the gasket area and spigot end up to 6
1p incbes back from t11e end of the spigot end must be coated wrth b rnils
11 nozx�inal, I O mils znaximurzz using a Soint Compound as supplzed by the
12 � anufaciurer.
13 a) Apply the joznt compound by brush to ensure cot�exage.
14 b) Care should ba taken that the joint coznpound is sznaoth without excess
15 buzldup in the gasket seat or on #he spigat ends.
16 c} Coat the gasket seat at�d spigo� ends after the appIication of tiae lining.
17 4) 5urface preparation shall be in. accordance with the manufaciurer's
1 g recom.mendations.
19 5) Claeck thickness using a magnetic filrn thicicness gauge in accordatace with
2fl t�e :t�eth�d outli.ned in S��C PA 2.
Z 1 G) Test the interiar lizaing of all pzpe barrels fo�r pinholes wifh a non-
22 destructive 2,540 volt test.
23 a} Repair any defecis prior to shipment.
24 7) Marl� each fitting wi� the date of application of the lining system along
ZS with its numerical sequenc� af apglicatlan an that date and records
26 m.aintained by the applicatox• of his wor�C.
27 Sj Foz' ail Ductile Iron Pipe in wastewater service where tbe pipe has b�en
2S cut, coat the exposed surface with the touch-up material as recommended
2R by the manufacturer.
30 a) The touch-up material and tl�e lining shall be oftha same manu�acturer.
3I 2.3 ACCE�S4RIES [N�T USED]
32 2.4 SOURCE QUALITY CONTROL [NOT USED]
33 PART 3 - EXECUTXON �
3� 3.1 INSTALLERS �NOT USEDj
35 3.2 E�A.MIloTATION [NaT USED]
3G 3.3 PREPA�t.ATION [NOT USED]
37 3.� INSTALLATION
3g A. General
39 1. Tnstall pipe, �'ittings, specials and appurtenances a� specified harezza, as specifiEd in
�p AWWA C600, AVVWA M4l and in accoxdance with tha pipe man.ufacturer's
41 z'ecommendations.
42 2, See Section 33 11 I1 fo:r installation z'equirements for Ducille Iz'on Fittings.
CTTSC OF FORT WORTH NOIiTHPOTI�TE 24-I[�TGH WATER TAA,�iSMIS5i0N MAI� (N4-lA)
STANDARD C01+iSTR�(JGTiON SPECTFICATION➢OCUMENTS . Ci4yProject.No. 103505
Revised Decernber 20, 2Q12
33 11 10 - LO
DL7CTIL� IRdN PiPE
Page I D aF 13
2
3
4
5
6
7
8
9
10
II
rz
13
14
15
z�
17
18
�9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
4S
3, Lay pipe to the lines and grades as indicated in fihe D:t'avvings.
4. Excavate and backfill trencktes in aceordazace with Sec#i.on 33 05 10,
5. �mbed Ductile Iron Pipe in accordanae with Section 33 OS I0.
8. �'ox instaIfation of carrier pipa wiihin casing, see Section 3� �5 2�.
B. Pipe Handling
3.. Haul a�d distribute pipe and fittings at the pxoject site.
2. Ha.nd1� piping wi�ki caxe to avoid darnage.
a. Inspect each joint of pipe atzd reject or repair any damaged pipe priar to
lowering into the trench.
b. Do not hand]e the pipe in such a way t�at will daznage the interior lining.
c. Use anly nylon ropes, stings ar other lrf�in.g devices that vviI1 not da�mage the
surFace of the pipe for handliz�g the pipe.
3. At the close o� each operating day:
a. I�eep tl�e pipe clean and free of debris, dirt�, animals and trash — during ane� after
kl�e laying aperation.
b. Effect�veIy seal the open end o.f the gipe using a gasketed niglat cap.
C. .ioint Making
1, Mechanica� Jaints
a. Bolt the fo�Iawer ruag into campre�sinn agair�st the gasket with the baIts
tighte�aed down evenly then cross torqued in accoz'dance with AWWA C600.
b. Overstressit7,g of bolts to co:talpensate fnz• poor installatian practice wiIl not be
pertnitted.
2. Push-on 7oints
a. Install Push-on joints as defined in AWWAIEINSI C 11 I/A2I .11.
b. Wipe clean the gasket seat inside fihe belI oi a11 extraueous matter.
c. Plac� the gasket in the be1l in the positian pxescrihed by the manufacturez•.
d. Apply a thir� flm o�non-to�ic vegetable soap lubricant ta th� inside of th�
gasket and the autsade of.the spigot prior to erztering the spzgat into the ba]1.
�. When using a field cut plain end p�ece of pipe, refinish the fzeld cut and scarf ta
confoz•m tn AWWA CG00.
3. �'langed Joinfs
a. Use erection bolts and dri�t pin.s to znake flaiiged connections. .
1) Do not use undue �orce or rastraint on ihe ends of the fitiings.
2) Apply even and u�aifor� pressure to the gasket,
b. The fttting znust be fi•ee to znove in azry direction wlaile bolti�g. �,
1) InstaIl �Iange boIts with aIl bolt heads faced in one direction.
4. Joint Deflection �
a. Deflect t�Ze pipe only when necessary to avoid obst�•uctions or to meet the lines
and gi�ades and shawn in the Drawings. �
b. Tk�e deflection of each joint must �e in accordance with AWWA C600 Table 3.
c. The maximum de�i �c�ion allowed is 50 percezat oi tha# indicated in AWWA
c6ao.
d. The rrzarzufacturer's reco�nmendation may be used with the approvaI of the
Engi.near.
D. Polyethylene Encasement Znstallation
CITY DF FORT WpRTH NOATHFOINTE 24-INCH WATL�Ti TRAN$INIl5510N IvIAIIY (�Fq-lA)
STANDAIt➢ C4NSTRUCTTON SPECIFICATION DOCUM�NTS City ProjectNo. i035Q5
Itevised December 20, 2012
33 11 10- 51
I]UCTIL� IKO?�T PTPE
Page 11 af 13
3
�
9
ia
11
12
13
2�4
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
3$
39
�Q
�-1
�F2
�3
44
45
46
�17
. Preparation
�. Remove all lu;naps of clay, rnud, cinders, etc., on pzpe su�face prior to
i�nstallation of po�yetnylene encasennent.
1) Pxevent soil nr enabedment material from becoming �rapped between pipe
and polyethylene.
b. Fit polyethyl�ne fzl� to contou:r af pipe to afFect a snug, but not tight encase
with minimum space between polyetk�ylene and pipe.
1) Pravide sufficient slaek in contourzng to prevent stretching polyethylene
• where it bridges irregular surfaces such as bell-spigot in#erfaces, bolted
jain#s or fittings and to prevent dataaage to polyethylene due to backflling
apera�tions.
2) Secure overlaps aud ends with adhesive tape and hold.
c. Fox i.nstallatxons below water table andlor zn areas subject to tidal actior�, seal
both ends ofpaiye�nylene tube with adhes�ve tape at joint overlap.
Z. Tubular Type (Mefihod A)
a Cut poly�t�Zylene iub� to lengfh appraxinaately 2 feet longer than pipe section.
b. Slip tuhe around pipe, centering it to provide 1-�aot o��rlap on each adjacent
pipe section and bunchzng it accordion-fasbdon lengthwise uz�tii it elears pipe
ends.
c. Lower pipe into trench atad make up pipe j oznt with preceding section of pipe.
d. Make shallow bell hole at joints to facilitata installation of polyethylene tube.
e. After assembling pipe jaint, make overlap of polyethyiene tube, pu11 bunched
polyethylene from prer.�ding iengih of pipe, slip zt over end af the new length
oi pipe ar�d wrap untzl it o�eriaps joint af e�d af preceding le�gth of pipe.
f. Secuz'e overlap in place.
g. Take up slack width at top of pipe to mak� a snug, but not �.g�t, fit along banrel
of pipe, sacuring fold at quarter points.
h. Repair cuts, tears, punctures or ather dar�►�ge to polyethylene,
i. Pxnceed with installation af next pipe in same manner.
3. TubLilar Type (Method B)
a. Cut polyethylene fube fo Iength appra�mately 1 foot shorter than pipe section.
b. 51ip tube around pipe, centez'ing it ta provid� 6 inches of bare pipe at each end.
c. Take up slack widtH at top of pipe to ma�e a snug, but not tight, fit alang batrel
of pipa, securing fald.at quarter points; secure ends.
d. Before makiug up joint, slip 3-foot Iength oipolyethylene tub� over<end of
proceeding pipe section,.bunching it accaz'dion-fashian lengthwise.
e. After com.pleting}oini, pu113-foot Iength ofpolyethylene over joint,
overlapping polyethylene previausly installed on. each adjacant section of pipe
by at l�ast 1 faot; make each end snug at�d secure.
4. Sheet Type ,
a. C.ut polyetiaylene skeat to a length approximately� 2 feet 1ong�r than piece
sectio�.
b. Center Iengt3a ta pravide 1-foot overIap on each adjacent pipe section, bunching
it until it clears the pipe ends.
c. Wrap palyethylene around pipe so that it czscumferentially overlaps top
quadrant of pipe.
d. Secure cut ed�e of polyethylene sheet at intervals of appraximat�ly 3 feet.
CSTY OF PORT WORTH IVORTHI'OINT� 24-11�CH WA"1'ER TRANSMTSSION MAIN (N4-1E1.}
5Tt1NDAItD CdNSTRUCTIDN 3PECIFICATION DOCC]MENTS C.ity Project No. 103505
Revised Decetnber 2D, 2012
33 11 10-12
DUCTILE IRON PIPE
Page 12 of i 3
2
Za
11
I2
13
14
15
16
i7
18
19
za
21
22
23
24
25
26
27
28
29
3.0
� 31
32
33
34
35 3.5
36
37
38
39
40
41
e. Lowex wrapped pipe inta trencl� and znake up pipe joint with preceding section
af pipe.
£ Make shallow belI hole ai joints to facilitate instaliafiian of poIyeill.ylene.
g. Afte:r complefing jaint, make overlap and secure ends.
h, Repazr cuts, tears, punctures or othar dam.age to polye�hylene,
i. Proceed with installation of zz�xt section of pip� in sau�e rnanner.
5. Pipe-Shaped Appurtenances
a. Cover bends, xeducers, offsets azid other pipe-sh.aped apput-�anances waih
polyethylene in same manner as pipe and fittings.
6. Odd-Shaped Apput-�enances
a. When i# is �aot practical to wrap r�alves, fees,. exnsses, and other odci-shaped
pieces in tube, wrap with flat sheet or split le�gtka pplyethylene tube by passing
sheet undex appurtenances and bringing it up araua�d body.
b. Make seams by bringing edges �together, folding aver tvvice and taping down.
c, Tape polyet�ylene securely in place at the valve stezxa and at arty other
penetrations.
7. �Repairs
a. Repai�• any cuts, tears, punctures oY• dama�e to �oIyethylene wiih adhesive tap�
or vtrith short leligth of palqethylene s�Zeet or cut open t�be, wrapped around
ffting tn cover dama�ed area and secured in place.
S. Openings izz Encasement
a.. Frovide ope:nings for bxanches., service taps, binvv-offs, air valves and similar
appurtenan.ces �iy making an X-shaped cut 'va poIqethylene and teznporarily
falding back �irn,
b. Af�er appurten.at�ce is instaIled, tape slack securely �o appurtenance and repaxr
ctixt, as we�I as other da.maged area in polyethyIene wit�Z tape.
c. S�rvice taps may also be made directly through polyethylene, with any
xesulting damaged ar�as being repair�d as described above.
9. Junction.s between Wrapped and LTnwrapped Pipe:
a. Wl��re polyethylene-wrapped pipe joz�s an adjacent pipe ihat is not wrapped,
extend polye�hylene vv�ap to cover adjacenf pipa for distance of at least 3 feet.
b. 5ecure end with circumfer�,ntial turrzs of tape.
c. W�•ap s���'ice lines of d.zss�milat• metals witl� polyethylene ar suitabla dielectric
tape for mini.zn.um clear dis#atzc� of 3 feet away from Cast or Ductile Tron Fipe,
REPA�RIIIt�ST ORATZON
A. �'atching
Excessive field-patchiz�g is nat pei�nztted of lining or coating.
Patching of lil�irzg �r coating will be allowed where area to be repaired does not
exceed 100 square ir�ches and has no dunensions greater tha� 12 inehes.
In general, there shall not ba more tl�an I patch on either tha lining or the coating of
any 1 joznt of pipe.
42 4. Wherever n�cessary to patcIa the pipe:
A�3 a. Maka patch with cement mortat� as previously specified �'or interior joints.
44 b. Do not install patched pipe �antiI the patch has been prope:tXy ana� adequately
45 cuz�ed and approved for la�ing by the City.
Cl t"Y OI' POR�' WORTH NOItT13POINTE 24-INCFi VirATER TRA NSIV�TS5ION MA1N (1�T4-1 A)
STANDARD CQNS'I'RT7CTION SPECIPICATTON DOCUMEN'�5 City Project No. 1 D3SQ5
Revised December 20, 26I2
33 11 10- 13
�UCTILE iRON PIPE
Page 13 of 13
1 S. � Prazx�ptXy rernave rej acted pipe from the site.
2 3.6 RE-INSTAL�ATION [NOT USED]
3 3.7 FT�+ LD [oR] �XTE QUALITY CONTROL
4 A. Potable Water Mains
S 1. Cleaning, disinfection, hydrostatic testing and hacteriological test�ng of water mains
6 a. Clean, flush, pig, disin%ct, hydrastatic test and bacterialflgical test the �vater
� nnain as specified in Section 33 04 40.
8 S. Wastewater Li.nes
g 1. Clbsed Circuit Tele�ision (CC'I`V) Inspectian
10 a Provide a Post-CCT`V Inspectzan in accordance ruith Section 33 D1 31.
11 3.8 SYSTEM STARTUP [NOT USEDj
12 3.9 ADJUSTIN� [N�T USED]
13 3.10 CLEANXNG [N�T USEDj
14 3.Y1 CLOSEOUT ACTIVITXES jNQT USED]
1S 3.12 PROTECTION LNOT USEDj
16 3.13 MAINTENANCE [NOT USED]
17 3.14 ATTACHME�iTS INOT iJSED]
18
19
20
END OF SECTZON
CITX QP FO1tT WQRTH NORTkIPOIl+lT� 24-INCH WA'I�R TRANSMTSSTON MAIi�T (N4-lA)
STANI7ARD CONSTRUCTTON SPECIFICATION I]OCZIMENTS City ProjeCt No. 1U3505
Itevised T)eceraber 20, 2012
33 11 I7 - 1
1]UE'I`II.E TRON FIT'i'I1VG5
Fage 1 of 13
1
2
3 PART �. - GENER.AL
4 1.1 SUMMARY
5 A. Section Includes:
SECTION 3311 Il
DUCTTLE IRON FITTINGS
6 l. Ductile Tron FitCings 3-inch through 64-inch %r potable water, wastewaier, and
7 other liquids far use with Ductile Yron Pipe and Polyvin.yl Chloride (PVC) Pipe
g 2. All mechanical }oint fittings shall be mechanicaily restrazned using restrained
9 wadge type retainer glands. �
IO
lI
B. Deviaiions #'rorn this City ofFort Worth Btandard Specificatinn
1. Nox�e.
I2 C. Relafed Specification Sections inclu.de, but ar� nat necessariiy limited ta:
I3 1. D'zvision 0—Sidding Requirements, Contract Forms, and Conditions of the
14 COntraGt
1S 2, Division 1—Genexal Requirezx�ents
16 3. Sec�oxt Q3 30 00 -- Cast-in-Place C.oncrete
17 4. Section 33 04 10 — Joint Bonding and EIectrical Zsolation
18 5. Section 33 44 40 — Cleaning and Acceptance Testing of Watez' Mains
X9 6. 5ection 33 OS 10 — Utility Trenela Exeavation, Eznbedrnent an.d Backfill
20 7. Section 33 11 OS — Bolts, Nuts, an.d Gaskeis
21 1.2 PRxCE AND PAYMENT PROCEDURES
22
23
24
25
26
27
28
29
3�
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. Ductile Z:ron Water Fittings with Restraint
a. Measurement �
1) Shal1 be per ton of �ittings supplied �
2) Fittings weights are the sun� of the variot�s types af iitti�ags multiplied by
the weight per fztting as listed in AVVWAIANSI C153/A21.53.
�} The �tting weights listed in AWWAIANSI C1. l 01A21.10 are only allowed
foir specials where an AWWA/ANSI C1531A2I.53 is not available, or ift�e
Drawings specifically.call for a1a AWWA/ANSI C110/A21.10 fittings.
4) if th� Contracior choQses ta supp.Xy AWWA/ANSI CI10/A21.10 (full
body) D�zctile Iron �'ittings in lie� oi AWWA/ANSI C1531A21.�3
(connpact} Duchle Iron Fittings at his convenience, tk�en the weight shall be
measuxed in accordance with AWVJA/ANS1 C1531A21.53.
b. Paymer�t
1) Tk�e work performed and materials furnished in accord,axice with this Ife:tta
and measured as pravided under "Measurem.ent" will be paid far at the Unit
price bid per ton of `�uctile Iran Water Fitting;s with Restraint".
c. The price bid shall includ�:
1) Fuz�ishing and installing Ductile Iron Water Fittings as specified by the
Drawi�gs
CITX QF FOTZT'WORTH N�R`I'HPOIN'1'E 2.4-INCH i�A'f'Elt TRANSN�ISSION MA.IN (1V4-lA)
STANDARD CONSTRUCTION SPECIFICATI�N DOCUN[E�+ITS City Project Na. 163505
Ravised September 20, 2017
33 11 11 - 2
DUCTILE IRON FT� 1'INGS
Page 2 af 13
1 2} Polyethylene encaseme�t
2 3) Lini�ng
3 4) Pav�ment removal
4 5) Excavation
5 6) Hauling
6 7) Dispasal o�Eexcess material
7 8) Furnish.ing and installing hol�ts, nuts, an.d restraints
� 4) Fumishing, placement and compaction of embedment
9 l Oj Furnishing, placement at�d compaciion of backfill
I O 11) Trench wat�r stops
I1 12) Clean-up
12 13) Cleaning
13 I4) Disinfection
14 15) Testing �
is
16
17
18
19
20
21
22
23
24
25
26
27
28
24
30
31
32
33
34
35
36
37
3$ '�
39
�0
41
42
43
44
45
46
47
2. Ductile �:ron Sewer Fittit�gs
a. Measurement
1} Shall be per ton o�fittings supplied
2} �'it�ings weights az'e the sum of the various types of fttings multiplied by
th� vveighi per fttzng as Iisted in A�IWA/AN�I C153/A21.53.
3) Th.e itt�ing weight� listed in AWWA/ANSI C 110/A21.1 Q are ozaly allowed
�or speczals where an AVJWA/ANSI C I531A21.53 is not avazlable, or if t�e
Drawin.gs speciffcally call for an AWWA/ANSI C1101A2I.10 fitkings.
4) If the Cont�•actor chaases to supply AWWA/ANSZ C110IA21.10 {fi2II
bod�) Ducfile Iron Fittings in lieu of AW WA/ANSI C 153/A21.53
(campact) Dtxctile Iron Fittzngs at his convanience, then the waight sha�l be
me�sured in accordance with AWWA/ANSI C153/A21.53..
b. Pa.yment
I} The work pei�formed and materials fiirr�ished in accordance w�fh this Item
at�d rneasured as pravided under "Measurement" wilf be pa�d fox at the unit
px�ice bid per ton af "Ductile I�•on Sewer Fi�tings°'. ��
c. The price bid sha11 includ�: ,
1) k'urz�.islaing and installing Duc�tile Ira�a Water Fittings. as speci�ed by the
Drawzngs
2) Epoxy Coating
3) Falyethylene encasement �
4) Lining
'S} Pa�ernent :removaI
6} Excavation t
7) Hauling
8) Disposal o,f e�cess material
9) �urnishing and i��stalling bolts, nuts, and restraints '
10) Furnishing, piacement and compaction of embedment
11} �'uxnishing, placem.ent and compaction of backfill
12) Clean-up
13) Cleaning
I4) Disinfeetian
15} Testing ,
CITY OF FdRT W4I��I 1�C?�THPQINTE 24-II�TCH WA'i'ER TRANSMISSION MAIN (N4-1 A)
STANBARb C0�?3�'RUCTIONSPSCIFICATTONDOCT]1bZENTS Gity FrojecfNo_ I035Q5
Revised 5eptem6er 20, 2017
33l1 li-3
DUCTILE IRON FITT'lNGS
Paga 3 of 13
1 1.3 REFEItENCES
2 A. Definitions
3 1. Gland or Follower Gland
4 a. Non-restrained, mechanical joint fitting
5 2. Retainer Gland
6 a. Mec�aanieally restrained rnechanical jaint fifting, consisting af multipie
� gripping wedges incoipora#ed into a follovver gland meeting the applicable
g requiremenfs of ANSIIAWWA C1101A21,10.
9 B. Reference Standards
1p 1, Reference standards cited in this 5peci�catianrefer to the current reference
11 � standard publish.ed at the time nithe latest revision date logged at the end af this
12 Speczfzcation, unless a data is speeifically cited.
13 2. Annerican Sacieiy of Mechanical Engin.eers (ASIVIE):
1�} a. B1.6.1, Gray Tron Pipe Flaziges and Flanged Fittings (Classes 25, 125 and 250).
15 . 3. ASTM Ir�ternational (ASTM):
16 a. A193, Standard Speci�tcation for AlIoy-Steel and Stainless 5tee1 Bolting £or
17 High Temperaturre ox High Pressure Service and Othex Special Purpose
18 Applications
Xg b. A194, Specification for Carbon and Alioy Steel Nuts for Bolts for Higb.
20 Pressure or High T�z�pei•ature Serviae, or Both
21 c. A242, Standard Specification for Hzgh-Strength Low-Allay Structural Steel.
22 d. A674, �tandard Practice far Polyethylene Encasement far Ductile Iran Pipe for
23 i�ater or Oiher Liquids.
2� e. �1 ] 7, Standard Yractice for Operating 5alt Spray (�'og) Apparatus.
25 �. Ar�a�rican Water Works Association (AWWA):
26 a. C2D3, Caal-Tar Protective Coa�tngs and Linin�s for Steel Water Pipelines -
27 Enaznel and Tape - Hot Appl'ted.
28 � h. C600, Installation of Ductile-Iron Water Mains ar�d their Appurtenances.
2g , c. M41, Ductile-Iron Pipe and F`it�in�s,
30 5, Annerican Water Works Association/Azxzerican Naiiorial Standards Institc�te
3 I (AW WAIANSI}: �
32 �ti a. C1041A21.A�, Cement Mortar Lining for D�ctile-Iron Pipe and Fitfings.
33 b. C1051A21..S, Polyethylane Encasement for Ductile=Iron Pipe Systerns.
34 . c. C110/A21.10, Ductile-Iron and Gray-Iran Fittings,
35 d. C1111A21.,11, Rtiibber-Gasket Joints for Ductile-Iron Pressuxe Pipe and Fittings.
36 e. C 115lA:21.1 S, F�anged Ductile-Iron Pipe with Ductile-Tron or Gzay-Iron
37 Threaded Flanges.
3g � f. CI511A2I.51, Ductile-Iron Pipe, Centrifugally Cast, %r Water.
3g g. C153/A21.53, Ductile-It'on Campact Fittings �or Water S�rvice.
40 b. N�F Tntern.ational(NSF):
4X a. bl, Drittrcing Water Systern Gomponents - Health Effects.
42 7. Society fnr 1'rotacti�e Coatings (55PC):
43 a. FA 2, Measuremen# ofDz'y Coatirtg Thickness with Magnetic Gages.
Cl'I'Y �F FQRT WOItTEi NQRTHPflINTE 24-INCI� WATER TRANSMISSIdN MAIAT (N4-lA)
STAi�TDARD CQI�SSTRUCTION SPEGIFICATIOl� DOCiRv1ENi'S City Project �To. 1U3505
12evisad Sept�mber 20, 2017
3315 I1-4
DUCTIL� TRON FLTTIIIGS
Page4of13
1 1.� ADMINZSTR,ATNE R�QUIItEMENTS [NOT U�EDI
2 1.5 SUBI�TTALS
3 A. Subz�.it�als sh�.11 be in accoxdance wi�h Sectzan O1 33 04.
4 B. All submit�als shall be approved by the City prior to deIivery an.dlar fabrication for
5 specials.
6 I.6 ACTION �LTBNIITTAL� / TN�ORMATIONAL SUBMITTAL�
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�}D
41
42
43
��
A. Product Data
1. Ductile Iron Fittings
a. 1'ressure class
b, Izaterior lining
c. Joint types
2. Palyethylen� encasement and tape
a. Plazat�ed m.ethod of installatian
b. Wlaeth.er the �lm is lineax low density or high denszty cross Iinked polyethylene
a The Yhickness of the film pra�ided
3, The interia:r lining, if it is otha�• than cement mortar Iining in aecardar�ca �+ith
AWWAIANSI CI04/A�I.4
a. Material
b. Application reeommendations
c. Field touch-up procedu�•es
4. T'hrusfi Restraint
a. Reta,in.er glands
b. Thrust harnesses
c. Any other means
S. Gaskets
a. Pz�ovida Gaskets in accoz•dance with Section 33 1 I O5.
6. Iso�ation Flan.ges
a. Flanges required by the drawings fo be Isolation Flanges sha11 conform to
Section 33 04 J D.
7. BnIfs and Nuts
, a. Mechanicai Joints ,.
� I} Provide bolts �ad nuts in accordance with Section 33 11 O5. �
b. Flanged Ends
' 1) Meetrequirements ofAWWA CI15,
' a) Pro�ide bolts ax�d nuis in accoz'dance �ith 5ec#ion 33 11 O5.
8. Flange Coatings
a, Connections to Stee1 �'Ianges
� 1} Buried connections vvit� Stee1 Flanges shalI be coated with a.Petrolatum
Tape System in accordance vvith Section 33 1 I 05,
�. Certificates
1. The manufacturer shall furnish an af� davit certifying that all Ductile Iron �'ittings
rneet the pravisions of this 5eetzon and meet the requil•ez�.ents of A�A/ANSI
CIIO/A21,10 arAWWA/ANSI C153/A21.53.
2. Furnish a certificate stating that buried holts and nuts confoz-�n to ASTM B] 17.
CITY �F FO12T WORT�I NORTHPQIIVTE 24-INCT� �TATER TRAN3MISSTON MA4N (I+I4-1 A}
STANT)ARX] CONSTRUCTI02�' SPECTFTCATION DOCUMENTS City Project No. 103505
Revised $eptemher 20, 2017
331] 11-5
DUCTILB IRON FTTTI�TGS
Page 5 of 13
i 1.7 CL4SEOiTT SUBMZTTALS [NOT USED]
2 1.8 MAINTENANCE MA'X'ERIAL SUSMT�`TALS [NOT USED]
3 1.9 QUALTTY ASSCjR�LNCE
4 A. Qualifications
5 1. Manu£acturers
6 a. �'ittings manufacturing oper�tions {�ittings, lining, and coatings) shall be
� per�nrmed under the control of the manufacturer.
S b. Ductile Tron Fzttings shaIl be txzanufactured in accordance witY� AWWA/ANSI
g C110/A21.14 or AWViFAlANST CJ.53/A21.53.
1Q 1) Perform quality control tests an.d maintain the results as outlin.ed in these
11 standards to assure compliance.
12
13
14
15
I6
].7
18
19
20
21
22
z3
24
25
26
27
zs
Z9
3a
31
32
33
34
35
35
37
3$
39
40
B. Precons#ructinn Testing
1. The City znay, at its own cost, subject ran.dom �ittings fox destructive iesting by an
, independen.t Iaboratory for compiiance with �is 5pecification. _
a. The complzance test shall be performad in the United States.
h. Any vis�l�le defects or failure to meet the quality standards herein will be
grounds far xej ecting the entire order.
1.IU DELNERY, STORAGE, AND HANDLIlrTG
A. Storage and Handling Requirements
]. Stare and handle in accordance with the guidelines as stated in AWWA M41.
2. �ecure and maintain a location to stare fiJie material in aceordance with Section Oi
66 00.
L11 FIELD [SITE] CONDZ'TIONS [NOT r7SED]
1.12 WARRANTY [NOT USED]
PA.RT 2 � PRODUCTS
2.1 OWNER-FIIRNX�HED [ox] OWNER-SUPPL�D PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MA.TERIALS
A. Manufacturers •
I. On1y 'th� z'nanufacturers as lzsted on the City's Standard Products Listi will be
considered as slaown in Section 41 60 00. �
� a. The manufacturer must comp�y with fhis Specificat�on and related Sec�ions.
2. Any praduct t�at is not Iisted an the Standard Products List is considered a.
substitution and shall be submit�ed in accordance with Section D 125 �D.
B. Ductile�ronFittings
1. Duciiie Iron Fittings shaJ.I be in accordance witYi AWWAIANSI C110lA21.10,
AWWAIAI�TSI CT53/A21.53.
2, All fi#ings �or poiable water scrvice shall zxaeet the require�a�.ents of NSF 61.
3. Ductile Iron Fiitings, at a zninimum, sha11 �eet or exceed t�e press�res cIasses of
#he pipe whicla the �tting is cannected, unless specifically itxd'zcated in the
Drawings.
CITY OF FORT WdRTH NQRTHPO1Ni`E Z4-INC�I GYATER TRANSMISSION iviAIN (AI4-lA)
3TAI�fI),4RD CONSTRUCTION SPBCIFICATIOI�T DOCUNIENTS City Project No. 103565
Revised September 20, 2417
33111I-6
DUCTILE ]T��N PTTTINGS
Page 6 of 13
1 4, Fiitings Markings '
2 a. Meet the minim�n recJuirements af AWWA/ANSI CI51/A2I.51,
3 b. Minirnuzzi markings shall i�cIude:
4 1) "DI" o�• "Ductile" cast or metal stamped on each ftting
5 2) Applicable AWWA/ANSI standard for that the �itting
s 3} Pressure rating
7 4) Number o�' degrees for all be�.ds
8 5) Nominal daa�neter of #he openzngs
9 6) Year and country fitting was cast
Z� 7) Manufacturer's mark
11 5. Joints
12 � a. Mechanical7oznts with mechar�ical x�straint
13 I} Comply with AWWA/ANSI C1111A21. T 1 and applicable parts o�
1� AN�I/AVJWA C110/A21.1Q.
15 2) Tha retainer gland shall have the fallawing working pressure ratrngs based
Y� on size and type of pipe:
17 a} Dtiictile Iron Pipe
18 (1) 3-incf� —15-inch, 350 psi
lg �2) 18-in�h — 48-iz�ch, 250 psi
�d b) PVC C9Q0 and C905
2Z (1} 3-inch— 12-inch, 305psi
2� (2) I4-inch — I 6-inch, 235psi
23 (3) I8-inch-2Q-inch, 200psi
24 {4) 24-i�.ch -- 30 —incl� 165psi
25 c) Ratings are for water press�zre and must include a minimum safe�Ly
26 factox of 2 to 1 in aIl sizes
27 3) Retainer glat�ds shall have specific designs for Ductile Iron and PVC and it
2g shouId be easy to differen�iate between t�e 2.
29 4) GIartd body, wedges and �vedge actuatzzzg components shaTl be cast from
3Q grade &5-�-5-12 ductile iron mate�ial zz� accordance with ASTM A536.
31 5) Mechanical joint res#raint shall require con�en�ional tools a�ad installaiiar�
32 pracedures per AWWA C60Q, while retaiz�ing f�.�ll mechan�caI joini
33 deflection during assembly as well as allow�ng joint deflectian after
34 assembly.
35 ; 6} Froper actuation of the grippang wedges shail be ensured with toz'que
36 ' limitingtwist �fFnuts. '
37 7) A minimuzn of � wedges shall he required far 8 inch diametez• PVC pipe.
38 h. �ush-On, Restrained ]oints
39 �l) Restraining Push-an joints by m:eans ofa special gasket
40 a) O�11y those products that ax� listed in 01 6Q 00
41 b) The working pr�ssure rating oFth� zesh•ained gas�et m�zst exceed tha
�2 test pressure of the pipe line to be installed.
43 c} Elpproved fox use ofresf7-aining Ductile Iron Pipe in casing with a
44 carrier pipe of 4-inches to 12-inches
45 d) Qthervaise only apprav�d if specia.�ly listed on the drawiza�s
4b 2) Pusla-on Restrained Joit�t b�ll and spigot
�7 a} Only those products list in the standard products list wi1I be allowed for
48 the size listed in the star�dard products list per �ection 01 60 DO
CTTY OF FdRT W�RT�-T N�12THPOINTE 34-INCf-T WATER TL2AN5MI55IOT� MAIIZ (�Ta-1 A)
STANDARA C�NSTRUCTIDN SF�CITICATTON DOCUMEN�'S City Project No. 1035D5
Revised SepYeruber 20, 2017
3s ti 1� -7
BUCTTLE IRON k'I'ITINGS
Page 7 of 13
1 b) Pxessure xating shall axceed �he warkin.g and test pr�ssure of the pipe
2 lzne
3 c. Flanged roints
4 ]} AWWAJANSI CIIS/A21.15, ASMEB16.1, Class 125
S 2) Flange bolt circies and bol� hales shall matGh #�ase of ASME B 16.1, Class
6 125.
� 3) Field �'abricated flanges are prohibited.
8 6. Gaskets
9 a. Pxa�ride Gaskets in accordance witt� Section 33 11 O5.
10 7. Isolafion Flanges
11 a. Flanges required by the drawings to be Isola.tian Flanges shall canfor�qn to
12 Section 33 OA� 1.0. .
I3
14
15
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A�0
�+1
42
43
�4
�5
46
A7
8. BoltsandNuts ,
a. Mechanical Toints
1) �'rovide bolts and nuts in accoxdatace with Section 33 I1 05..
b. Flar�ged Ends, • �
1} Meet requireznents ofAWW.A. C115.
a) Provide bolts and nu#s in accordanee with Sectaon 33 11 O5.
9. Flange Coatings
a. Connentions to Steel Flanges
1) Buned co�nnectians with Steel Flanges shall be caated witt� a Petrolatutn
Tape System in accordance with Section 33 l I O5.
i0. Ductile Izan Fitting E�terior Caatings
a. Ali Ducfile Ixon Fitti�ro�gs shall have at� asphaltic coating, minimum of 1 nail
thick, on the exterior, unless otilerwise specified in the Cantract Dacume�.ts.
I 1. Polyethylene Encasenne�t
a. AlI buried Duc#ile Ixon Fittings shall be polyet�yiene encased.
b. Only na�anufaeturers lzsted in the City's Standa,rd Froducts List as shown in
Section �1 60 00 will be considered acceptable.
c. Use only �irgin polye�aylene material.
d, Eneasement for buried fittings shall be S:mil linear low d�nsity (LLD)
polye�.ylane conforming fo AWWAIANSI C1051A21.5 or 4 nail higl� density
cross lar�inated (HDCL} polyethylene encasement confaz7ming to e.onformi.n.g
to AWWA/ANSI C14S/A21.5 and ASTM Ab7�. �
+ e. Marking: Ai a minimum af every 2 feet along its length, ihe m.ark the .
polyethylene �'ilm with. the fallowing iz�armatian:
1) Manufacturer's name ox trademark .
2) Year of :tzaanufacturer
3) AWWAIANSI C1�5/A21.5
4} Minitnu�a. film thicl�iness and material type
5} Applicable range of noznir�al diameter sizes
6) Watning — Corrosion Protection — Repair Any Damage
f Special MarkingslCnlors
1) Reclaz�:ed Water, perform one ofthe following:
a) Label polyethylene encasement witl� "RECLAIlVIED WATER",
b) Provide purple palyethylene in accordance with the American Public
Works Association Uniform Color Code; or
C1TY OF FORT WORTH NORTHPOI�TTE 24-INCi�T WATER T�tANSMTSSION MAIN {N4-1 A)
STANAARD CONSTRUCTION SP�CIFICATION DOCLIMENTS City Project No. 103505
Revised SepEsmber20, 2D17
3311I1-8
D(1CTILL' IItON k�1'1`INCrS
Page 8 of 13
1 c) Attach purple reclaimed waYex marker tape to �he polyethylene wz�ap,
� 2) i�las.tewater, per�'ozrn one of the followrng:
3 a) Label palyethylene encasement with "WA�TEWATER";
� b) Pravide green polyethyJene in accordance v�rith the Arneriean Public
5 Works Association Unifortn Colar Code; or
6 c) Attach green sariitary sewer rnarker tape to �he polyet.�ylene wrap.
'1 g. Minimu�n widths
8 P,oiye�hyTene Tvbe an� �heet �Sizes for �'us�►-On Joint Fit�ings
Nominal �+'i�tings Diameter Min. Width —�'lat Tube Miu. Width —�heet
(in ch es) (inch es) (inch es)
�� 3 �4 28
4 1� �g
� 16 32
& 20 40
10 24 48
12 27 54
14 30 bp
1b 34 68
1$ 37 74
20 41 82
�4 S4 �08
30 67 I34
36 81 162
42 81 X62
48 95 190
�� 108 216
£0 108 ��6
64 121 2�2
9 12. Ductile Iron �'ittin�s Interior Lining
10 a. Cement Mortar Lining
I 1 1) Ductile Iron Fittings for pofable water sha].l l�ave a cement �artar Iining in
1� aecordaz�.ce with A�JWA/ANSI C104/A21.4 and be acceptable according ta
13 NSF b 1.
1� b. Ceramzc Epoxy or Epox� Linin.gs
15 1) Ductile Iran Fittings for usa in wastewater applicaiions shalI be lined wit�
16 a Ceramic �paxy or Eppxy Izzitng as designated in the Standa.rd P:roclucts
17 List as showz� in Section 01 50 00.
1 S 2) Apply lining at a zninimum of 40 nails DFT
19 3) Due to the tolera.r�.ces invalved, the gaslcet area and spigot end up ta G
20 inches back frozz�: t�1e and ofthe spigot end must be coated with 6 mils
21 nomina�, 1p mils znaximum using a 7oint Compound a,s supplied by t,he
22 manufaoturer.
23 a) AppIy the joint eoznpound by brush to ensure cover•age.
CITY OF PQRT V10RT�I �IbRTHPOINTB 24-TNCH WATER TRANSMISSION MAIlV (N4-lA)
STANDAFt17 CONSTRUCTIQN SPECTFICATION DOCUMENTS Ciiy Project No. 1fl3505
Revised 5ep#ember 20, 2017
337111-9
I3UCTLLB IIi�N FITTTNC�S
Page 9 oi 13
1
2
3
4
5
b
7
8
9
10
11
I2
I3
14
15
16
17
A. Gene�'al
b) Care should be taken that the joznt compound is smaoth withou� excess
buildup in the gaskei seat or an the spigot ends.
c) Coat the gasket seat and spigot ends after the application of the liniiag.
Su�face preparation shall be in accordazice with the mar�ufacturer's
recommendations.
Check thickness using a magnefzc film thickness gauge in accordance with
the methad outlined in SSPC PA 2.
Test the interior liziing of a11 fittir�s fox pinhales uTith a nan-destructive
2,500 valt test.
a) Repair any defects prior to shipmant.
Mark each ii�ting with the date of application of the lining system along
with �ts nurnerical sequence �f applicatian on that date and records
maintained by the applicator of his work.
Fox a11,Duc�ile Tron. Fittings in wastewater service where tlae fitting has
b�e� cut, coat the e�pased surface with tlae touch-up material as
recammended by the manufacturer.
a} The touch�up nnatexial and the lining sk�all he of the same tx�at�ufactt�rer.
18 2.3 ACCES�ORIES �NOT iTSED]
19 2.4 SQURCE QUALITY CONTROL �NOT T7SED�
20 �ART 3 - EXECYTTION
21 3.1 INSTALLERS [NOT USED]
22 3.2 �XAMXNATION [NOT USED]
23 3.3 PREPARA.TXON jNDT USEDj
24 3.� XNSTALLATION
25
2b
27
2$
29
�a
31
32
33
34
3S
36
37
38
39
40
4l
�k2
i.
2.
3.
4.
4)
5}
6)
7}
8)
Install �ttings, specials. an.d appurtenances as spacified herein, as specified in
AWWA C6Q0, AWWA M41, and in accord�xr.c� with the fitiings manuiacturer's
recomm.endations.
Lay fzftings io the lines, and grades as indicated in the Drawings.
Exca�vate and bacl�"ill trenches in accordance with 33 OS 10.
Embad Ductzle Iron Fittings in accordance with 33 OS 10. '
B. Joint Making
l. Mechanical7oints with required mechanicaI restraint
a. All mechanical joints requiz'e mechanical restraint.
b. Bolt t1�� retainer gland inta campression againsttJae gasket, with the baits
tightened down evenly the:n crnss torqued in accoz'da�ace with AV�'A C60�.
c. Overstressing of bol#s to coznpensate for poor installation practice will nof be
pertnztted.
2. Push-on 7oints (restrained}
a. AFl pusla-on joints sha1l be restrained push-on type.
b. Install �ush-on jaints as defined in AWWA/ANSI �11IIA21.1 I.
c, Wipe clean the gasket seati zz�side the be11 of alI e�traneous matter.
CITY OP P012T ViWDRTfi NORTHPOINTE 24-QTCFI WATER TRANSMTSSIOI+f NiA.IN (N4-lA)
STANDARI3 CbT�iSTRUCTION SPECT�'ICATION DpCiJMENT5 City Praject No. 103505
Revised September 20, ?U 17
33 11 11-10
]aUCTILE TTZON FITTIIdGS
P�ge 10 of 13
1 d. Place the gasket in the bell in the position prescribed by the manufacturer.
2 e. Apply a thin �ilm of na�a-toxic vegetab�e soap lubricant to the ins�de of ihe
3 gask�t and the outszde o�the spigot prior to entering ihe spigot into the bel1.
4 f. VJhen using a field cut plain end piece of pipe, reftnished the feld cut and scarf
5 to conf'orm to AVi�WA M-41.
6 3. Flanged Joznts
7 a. Use erect�on bolts anc� dr'tf� pins fio make flanged connections.
� I} Do not use undue force or resfraint on the ends of ihe fittings.
9 2) Apply even and uni%rm pressure to ihe gas�cet,
10 b. The fitting must be firee to znove in any directio:n while bolting.
11 1) Install �lange bolts with aIl bolt heads faced in I dix�ction.
I2
].3
I4
15
16
17
18
I9
20
2I
22
23
24
25
26
27
28
29
3a
31
32
, 33
34
�35
36
37
38
39
40
41
42
43
44
45
4b
4. �oint Deflection
a. Deflect the pip� only when necessary to avoid obstz'uctions or to meet the Iines
and grades ax�.d shown in the Drawzngs.
b. The deflection af each joint must be in accorc�atice with AW'WA C�00 Table 3.
c. The maxiinurn de�lection allowed is S� percent of t�at indicated in AWWA
� C600.
d. The manufactux•er's r�commendation ta�ay be used with f�:e approva] of the
Eng ua�er.
C. Polyefhyiene Encasement Installatian
1, Preparatiaz�
a. Remove all Iumps of clay, :t�aud, cinders, etc., on fttings suz�face prior to
installafion af polyethylene encasement.
I) Prevent soiI or embedment material from beco�ning trapped �etw��n
fittings and polyethylene.
b. Fit palyethylene �lm to co�tour a�fzttings to a.�fect a snug, but not tight encase
witIi rninimum space beivveen polyethyle�e and fittiz�gs.
1) �rovide sufFicient s�ack in contouring to prevent stretchin.g polyethylene
where it brrdges [z'r�gular suriaces such as be�1-spigot intariaaes, bolted
joints or fit�ings, and ta prevent datzzage to polyefhylene a�ue to backfilling
opera�ions, �
2) Secure overlaps and e�1ds with� adhesive tape and hold.
c. F'o�' iz�stallations belaw water tabie and/or in areas subject to tidal actions, seal
both ends o�pniyethylene tube wzth adhesive tape at joint overlap.
2. Tubular Type {M�thod A)
a. Cut polyet$ylene tube to Iength approximate�y 2�'eet Ionger than fittings
section,
b. S1ip tube aa�ound fittings, centering ifi to provide 1 foot o�erlap on each. adjacent
pipe seetion and bunching it accordion-fashion lengf,l�wise until it cIears �tYa.ngs
ends.
c. Lower fittings into trench with preceding section of pip�.
d. Make s1iallow b�lI hole at joints #o faciIitate installatian of polyethylene tube.
e. A��r assembling fittir�gs make overlap ofpalyethylene tube, pull bunched
polyethylene from preceding Iength of pipe, slip it over end of the �ttting and
wz'ap until it overlaps jaint at end ofpxecediz�g Iength of pipe.
£ Secure avezlap in p�ace.
CITY QP FORT WD1tTH NORTT�POINTE 2A-INCH WATER TRANSNIISSIOAF MAI1V (N4-lA)
STAiN]]ART] CONSTRUCTIpN SPECIFICATIONDOCUMENTS City PrajectNo, 1�3SOS
Itevised September 24, 2p17
33i111-[1
DUCTILE IkON FTTTINGS
Page 11 af 13
1 g. Take up s�ack width at top of fitting to make a snug, but not tight, fit along
2 barreI of fitting, securing fold at quarter points.
3 h. Repair cuts, tears, punctures ox other damage tn polyethylene,
4 i. Proceed wi�b. i�astallation of next fitting in sat'ne manner.
5 3. Tubular Type {Mefhod Bj
6 a. Cut polyethylene tube to length approximately 1 foot sharter ihan fitting
� section.
8 b. 51ip tube aroutad fit�ing, eentering it to provide 6 inc�es of hare fitting at each
g end.
10 c, Take up siack width at top of fitting to �ake a snug, but not tight, fit aIong
�� barrel of iit�ing, securing fold at quat�ter points; secure ends,
12 d. Befora making up joint, slip 3-fooi length of polyethylene tube over end af
13 pz•oceeding pipe section, bunching it accordion-fashion leng�hwzse.
14 �. Af�er completing jaint, pu113-foot length of palyethylene over j oint,
I5 ovel•lapping poly�f.�aylene previously installed on each adjacent section ofpipe
I6 by at least 1 foot; make each end snug and secure.
17 �. Sheet Type
18 a. Cut polyethyle�e she�t #o a leng#h appro7ciarzzately 2 feei long�:r thax► piece
19 �ectian.
20 b. Center length to provide 1-foot overlap on each f�tting, bur�ching it until it
21 clears the fit�ing ends.
22 c. �rVrap polyethylen.e around iitting so that it circumferentially averlaps top
23 quadxant of �itiing.
24 d. Secuz'e cut edge of polyethylene sheet at intervals af approximateIy 3 feet.
25 e. Lnwer wrapped iittin.g into trench wifh pz'ecading seciion oipipe.
26 f Make shaliow bell hole at jaints to facilztate installa�ion of polyethylene.
27 g. A�tex cornpleting jaint, malce overlap a�d secure ends.
2S h. Repaiz cuts, tears, punctures or other dazz�age to polyethylene.
29 i. Proeeed wi#h insta,llation of fittings in sa�me manner.
3Q 5. Pip�-Shaped Appurtenances
31 a. Cover bends, reducers, offsets, and oiher pipe-shaped appurtenances ivith
32 poly�t�Zylene in satne znar�ner as. pipe and �Ztti�ags.
33 6. Odd-Shaped Appurtenances
34 a. Wh�n it is not practical to wrap vafves, tees, cxasses and othar odd-shaped
35 pieces in tub�, wrap with flat s�eet or split length polye#hylene tube by passing
36 sheet under appurtenances and bringing it up around body.
3� b. 11�Iake seams� by bringi�g edges together, foIding over twice and taping down.
3g c. Tape polyethylene securel� in place at the valve stem and at any othar
39 penetrations.
40 7. Repairs
4x a. Repaix any cuts, tears, punetures or damage ta polyethy�ene with adhasive #ape
42 or witl� s�art Length aipalyethylene sheet nr cut open tube, wrapped around
q.3 ftting to eaver damaged area, and secure in place.
44 8. Openings in Encasement
45 a. Provide openings for branches, service taps, blow-offs, air valves and sina.zlar
46 app�xtenances by making an X-shaped eut in po.Iyethylane and terr�porarily
4� falding back film.
CI1'Y OF I'O1tT WQRTH i�TQnTH!'OINTE 2A-INCH V�A3'ER TI2AN5MI5SION MAIN (N4-lA)
STANDAlt17 C�NSTRUCTIOPi SPECII'ICAT1bN DOCLTMENT3 City Pcoject No. ] 03505
12evised September 20, 2017
33 11 11-12
AUCTLLE IRON FITTINCrS
Psge 12 oi 13
z
z
3
4
S
6
7
8
9
10
11
I2
13
14
15
1b
17
IS
19
20
21
22
23
D. Blockir�g
1. Install concrete blocking in accot�dance with Section Q3 30 00 for all bends, tees,
crosses and plugs in the pipe lines as indicated in the Drawings.
2. Place the concrete blocking so as to rest agai�st firm u�distt�rbed trench wa.lfs,
normal to.the thn�si.
3. The supporting area fax each block sha116e at least as great as that it�dicated on the
Urawings and shall be sufiicient to withstar�d the thrust, including water hammer,
which znay develop.
4. Each block shall rest on a firzaa, undisturbed foundation or trench bottam.
5. If the C�ntractor encountexs soil that appears to b� different than that whicla was
used to calculate the bloeking accozding to the Drawings, f.I1e Gontractor shall
notify the Engineer prior to the ins#allation of the bIocking.
b. After appurtenatzce is i_nstalled, tape sZack securely tQ app.urtenanice and xepair
cut, as vve]I as other darnaged area in polyethylene with tape.
c. S�rvice taps may alsa be made directly t�rough. pnlyethylene, with any
resulting damaged areas being re�aired as described abave.
9. Junctzons hetween Wrapp�d and Unwrapped Fittings
a. VVk�e:re pnlyethylene-wrappad �itting joins ata adjacant pipe that is not wrapped,
extend polyethylene wrap to covex adjacent pipe for distartce af at least 3 feet.
b. Secure e�d �v�i� circumferential turtzs of tape.
c. Wrap ser�vice lines of dissimilax z�etals with polyethylene or suitable dielectric
tape for minimum clear distance of 3�eei away fra� east or Ductile Iron
Fittings,
24 3.5 RCPAIRIR�STORATXON
25
2&
27'
28 '
29
30
31
32
33
34
35
A. Patching
1.
2.
3.
4.
Excessive fzeld-patching is not perm�Yted of lining flr coatiug.
Patching of lining or coating wilI be allowed �ahere area to be z'epaired c�oes not
exceed 10Q square �nches and has no dimensions greater than 12 in.ches..
In general, there sh.all nnt be more than 1 patch on either the lining or the coating of
any fitting.
Wherever necessary to patch the fitting; '
a. Make patch with cement mortar as prevzot,isly specifed for inte:rior joints.
b. Da not install patched ��iing until ilie �atch has been properly and adequateIy
cured and approved �or laying by the City. .
c. Pz'amptly remave rej�cted fiitings from the szte.
36 3.6 R�-1NST.A.LLATION [NOT IISED]
37 3.7 FTELD �oz�) �IT� QUALITY C�NTROL
38 A. Patable Water Mair�s
39 1. CIeaning, disiz�fection, hydrostatic testing and bacteriological testing of water mains
40 a. Clean, fltzsh, pig, disin�eot, hydrostatic test and bacteriolcsgical test the water
41 main as specz#"zed in Section 33 04 4Q.
CiTY dF POTtT WORTH AFOIZTTXP0IN"I"� 24-11VCH WATER TTtA]vSIviI55ION MA1N {N4-lA)
STAI�DAIZD CONSTRUCI'IQN SPECIFTCATION DQCUMFsNT3 City ProjectNo. 103505
Revised SeptetnbEr 2Q,2017
33 11 11 - 1�
DUCTILE IRON FITTING5
Page 13 of 13
� 3,8 5YSTEM STARTUP [NOT USED]
2 3.9 AD3USTING [NOT USED�
3 3.1Q CLEANXNG [NOT U��Dj
4 3.11 CLO�E�EJ'�` ACTIViI'XES [NOT USEDj
5 3.12 PROTECTxON [NOT USED]
6 3.13 IYIAINTENANCE [NOT USED]
7 3,14 .ATTACHMENTS [NOT U�ED]
S
9
�ND OF SECTION
Revision Log
DAT� NAME SUMMARY OF CIIANGE
1.2.A.1.c —Restraints inciuded in price bid
1,2.A.2.c— Restraints included in price bid
I.3 — Added definitions of gland types for clarity
12/20/2412 D. Jok►nson 2•Z•B•5 —Removed unrestrained push-on andmeehan�icai joints
2.2.�,6, '7, $, and 9—Added refez'ence to Section 33 0510 and 33 04 la; removed
material specifieations for bolts, nuts and g�skets.
3.4— Requirement for all mechanical and push-on joints to be restrained
3.4:D — Corrected reference
9/20/2617 VJ. Norwood 2.2.B.5.a.7 — Added requirement for b wedges on M7 Restrau�t far S inch PVC pipa
io
CITY OP FdRT WORT'T3 NOR��POINTE 24-ING�I WATETL TEtA�iSIViISS10N MAIi�i (N4-iA)
STANDAR7� CONBTRUCTIDN SPECTFTCATION DOCC]MEN1'S Ciiy Project No. 103505
Revised 5eptember20, 2057
331113-1
CONCRETE PRESSURE PIPE, BAlt-Vti�RAPPED, STEEL CXLIND�R TYPE
Page 1 of 16
1
2
SECTION 331113
CONCRETE PRESSLIRE PTl'E, BAR-WR.APPED, STEEL CYLINDER TYPE
3 PARTT- GENERAL
4 1.1 �SUMMARY
5 A. Section Includes:
6 I. Concrete Pressure Pipe, Bar-Virrapped, Steel Cylinder Tyge (Cancrete Pressure
'7 Pipe) 24-inch throug�a 72-inch far potable watex applications in confor�mance with
8 AWWA C303
9 B. � Deviations fto�m this Gity of Fart Wor�h Standard Specificatian
10 � 1. None. �
11 C. Related 5pecifcation Sectiozas include, but are no't uecessarily limited to:
12 ' I. Division 0— Bidding R�quirements, Caniract Fornos, and Conditions of the
13 Contract
14 2. Division 1— General Requirements
i5 3. Section 33 01 31— Ciosed Circuit Television {CCTV� inspection
16 4. Section 33 04 14 — 7oint Bonding and Electrical Tsalation
I7 5. Section 33 04 40 — Clean.ing and Acceptance Testing of Wa�er Mains
18 6. Section 33 O5 10 — Utitity Treneh Excavation, Embedment and Backfill
19 7. Section 33 11 OS — Bolts, Nuts, and Gaskets
20 I,2 PRICE AND PAYIV�NT PROCEDURES
2I
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
3G
37
38
39
4�
41
A. Measurement an.d Payment
1. Cancrete Pressure Fipe
a. Measuren�.ent
1) Measu.red horizontally along the surface fr-om center line to centerline o�
the fitting oa appu�enance
b. �'ayznent
1) The wor� perForrnad and materials fi�rnished�in accardance with this Item
and m.easured as provided und�r "MeasuremenY' shall be paid for at the
unit p�•ice bid per I�near foot for "Concrete AWWA C3Q3 Pipe" installed
fox:
a} Various sizes
b) Various types of backfill
c. T�e price bid shall include:
1) Fumishing and in.stalling Co�cz'ete Pressure S'ipe with join.fs as specified by
the Drawings
2} Mo�ilization
3) Coatis�g
4) Lining
S) Pavemant removal
6) Exca�ation
7) Hauling
CITY OF FO1tT VJQRTH NORTHPQINTE 24-IATCH WATB4t TItANSMISBION N1AIN (N4-lA)
STAND,ARD CONSTRUCTION SP�CIFICATION 1]DCUMSNTS City Praject No. 1035flS
Revisad Deeemb.er 20, 2412
33I1 13-2
CONCRETE PRESSUI� PIPE, SAR-WRAPPED, STEEL CYLINDER'1`itPE
Page 2 aF I G
1
2
3
�
5
6
7
8
9
10
11
12
13
14
15
i6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4D
41
$) Disposal o�excess material
9) Furnishing, plaeement, and compaction af embedment
1�) Trench water stops
1 Z) Joint restraint
12) Bolts and n.uts
13) Welciing
14) Gaskets, zf allowed
15) Fumishing, placement, at�d compaction of backfill
I6} Cleata-up
17} Clea�ing
18) Disinf�cnan
19) Testing
2. Concrete Yressure Fipe Fittings '
a. Measuz�ement
� 1) Measurement for this Item sk�all 6e by lutzap sum.
b. Faytnent
1} Th� work perfoz�nned and materials fitrnished in accordan.ce with this Zt�z�a
shall be paid far at the lu�np suzn price bid for "C303 Flttings" installed �or:
a) Various sizes
b) Vaxious types af bacicfill
c. The price bzd sha1l include;
1) Furnishing and instalIing Concreie Press�re Pipe Fittings as speci�ted by
the Drawings
2) Mobiliza#ion
3) Coating
9) L'zning
5} Pavetnent removal
b) ��cavation
7) Hauling
8) Disposal of excess material
9) Furnishing, placemez�t, and compaction of embedznent
10) Trench water stops ,
1 I) 7oint restraizat
12) Bolts and nuts
�3) Welding
14} Gaskets, if ailowed
15) Furnishing, placemen�, atzd compaction nibackfill
lb) C1ean-up
I7) CIeaning
18} Dasinfec�ion •
19) Testing
42 1.3 R��'EIZENCES
43 A. Reference Standaxds
44 1. R�ference standards cited in this Specification refer to -t�.e cuirent xeference
45 stand�.rd publi�hed at the time of the latest revision date Iaggec� at fhe en.d of t�tis
4� Specifcation, unless a date is specifically citecl.
47 2. A�tez'ican Saeiety o�Mechanica� �ngineers (ASME):
48 a, B 16.1, Gray Iron P1pe Flanges and �'langed Fittings (Classes 25, IZS and 250).
CTTY OI' FOKT WdRTH I�pRTI-�flIIV'I'� 24-INC�3 WAT�Tt TRANSNIISSTbN MAIN (N4-lA)
STANDARD CONSTRUCTTON SPECIFICATIONDOCUMENTS CityYrajectivo. 103505
Itevised December Z0, 2012
331113-3
COT�iCRE'�E PRESSUTZE PIPB, BAlt-WRAPPBA, STEEL CXI.INDFR TStPE
Page 3 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
�
4.
S.
�
Americaza Society �f Testing and Materials (ASTM):
a. A242, 5tandard Specification. far High-Strength Low-Alloy 5tr�zctural Steel.
b. A307, Standard Sp�ci�eation forr Carbon Steel Bolts and Studs, d0,000 PSI
Tensile Strength.
c. B 117, Standard Practzce for Operating Salfi Spray (Fog) Apparatus.
d, B633, 5tandard Specifzcation for Electrodeposzted Coatangs of Zinc nn Iron and
Steel.
e. C33, Standard Specification for Cor�crete A�gregateS.
f C14�k, Standard Specification for Aggregate for Masonry Mortar'.
g. C150, Specifica#ian for Portland Cement.
h, C293, Staz�.daxd Tesfi Mettiod for �`lexural Strength of Concrete (LJsing Simple
Beam wifh Center-Poizat Loading).
i. C497, Methods of Testing Cancrete Pipe.
j. C88�, S�a�.dard Test Method for Bnnd Strength ofEpoxy-Resin �yste:tr�s Used
Witl� Concre#e By Slaiat_Shear.
.k. C1090, Standard Test Methad for Measuring Changes in Height af Cylindrical
�pecimens oi Hydraulic-Cement Grout.
1. E165, 5tandard Practic� £ar Lic�uid �'enetrant Examination for General Tndustry.
Amexican Weldzzag 5ociety (AWS}:
a. DI .1, Structural Welding Code - Steel.
Ame�rican Water Vl�orks Association {AWWA);
a. C206, Field Welding of Steel �Vater Pipe.
6. C207, Steel Pipe Flanges for Wate:rworks Service - 5izes 4 IN th�'ough 3:44 IN.
c. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type.
d. M9, Concrete Pressure �ipe. .
Ame:ri.can Water Wor1�s AssociationlAmez'zcan National Standards Institute
(AW WAIANSI):
a. C111/A21.1 I, Rubbez�-Gasket Joit�ts �or Ductile-Iron �ressure �'ipe and
�ittings.
30 7. Internat�onal Organization far Standardization (I50).
31 $. National Sanitation Foun�lation (NSF):
32 a. hTSF 61, Dri�aki�g Wa�ar 5ystem Cor�apanents - Health Effects
33 1.4 A.DMIl�]ISTRATNE REQUIREMENTS [NOT USEDI
34 1.5 SUBNIITTALS
� 35 A. Submittals shall be in accorda�ce wi#h Section 01 33 D0.
3� B. All submittals shall be approved by the City prior fio delivery andlar fabrrication for
3� specials.
38 1.6 ACTION SUBMITTALSIINFORMATIONAL BUBNIITTAT �
3g A. Product Data
qfl 1. �xterior Coating
q� a. Maierial data
42 b. Application recoznrnendatious
43 c, Field tnuch-up procedures
44 2. Joint Wrappe��s
45 a. Matez�ial data
CITY OF FOItT WORTH IVORTHPOINTE 24-IDICH WATER TRANSIvII55ION iw1ATN (N4-lA)
STANDARll CONSTRUCTI03V SPECIFICA'FTONDOCUMENTS CiryProjectNo. ]03505
Revised Deaemher 20, 2Q12
3aizi�-a
CONCFiETE F12E55TJRE PIPE, BAR-�IJRAPPP.D, STEEL CYI.INDER TYPE
Faga a of 1 b
b. Tnstallation recommez�dati.ons
� 3. Plaxible 7oint Couplings
� a. Manufac#urer
� b. Model
5 4. Mixes
6 a. Mortar foz' interi.or joiz�ts and patches
� b. Bonc�ing agents for patches
8 5. Gask�ts {if applicable)
9
10
11
12
I3
14
1S
16
Z7
IS
19
20
21
22
23
24
25
25
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
B. 8hop Drawings—Fwrt�ish for Cotzcrc:te Pressure Pipe used zn the pntable water systezz�.s
includi�g:
�. Wall thickness design calculations seaIed by a Licensed Prafessional Engineer ua
Texas includzng:
a, Intez�zzal pressure
I} 'GVorkin� Pressure
2) Test Fressure
3) Surg;e pressur�
b. ExternaI press�re
1} Deflection
2) Buc�in�
c. �pecial physical Ioading such as supports or joint design
d. ThermaI expansi.on an.d/or con#raction, if applicable for the praposed
i�stallation
2. Thr�st restrai�zt calcuiations for aIi f�tings and valves itzcluding the res�t•aint 2engfb.
sealed hy a Licensed Professiona.l �ngineex in 'I'exas.
3. Fabrleation aud lay d�•awings showing a schematic Iocation with profle and a
tabulatad layout schedu�e that is se�led by a Lic�nsed Prafessianal Engineer in
Texas and incl�ades_
a. Pipe c�ass
b. .Toint types
c, Fif�ings
d. Thrust Restrazn#
e. Stationing (in accordance with the Drawings)
f. `I'xansitions
g, Joint deflection
h. Outlet locatio� fox �t+elding, ventilation, and access �
i. Welding requirennents �
4. Pipe vwithin Casing
a. Pro�ide drawzngs detailing haw pipe is rest�ained to pz��vent fIaati.ng within tha
casing.
C. Certificates and Test Repaxts
a, S�.tbmittals for cerfificates and festing reparts sha11 be as outluied in Article 19
of this Section,
CITY OF' FQRT WpRTFi NORTI�TP�iIVT$ 24-INCT� WATER TRAt15MIS�ION MAIN {N4-[A)
STANDARD CONSTRLTCT'ION SPECIFICATION T)dC�1NIENTS City Projecf No. 103505
Revised Decemher 20, 20I2
331113-5
GONCRETE PRESSCIIZE PIPS, SAR-�VJRAPPEA, STEEL CXI�11dDEIt TYEE
Pa�e 5 of i 6
i 7..'1 CLOSEOUT SUBM.�TTAL� �NOT USED�
2 1.8 MAINTENANCE MATERTAi� SUBMITTALS INOT USED]
3 1.9 QilALITY ASSURANCE
4 .f�. Ql1Al1�1CStf.0Ii5
5
6
9
10
11
12
13
I4
15
16
17
18
19
20
21
22
23
24
25
2b
27
28
29
3D
31
32
33
34
35
Manufacttuars
a. Slaall be Americar� Concrete Pressure 1'ipe Association {ACPPA} Quality
Prograrn cer�ified, �.5.0. Quality Certifica�an Progra�n. certiiied, or equal, iar
Concrete Pressuz'e Pipe and accessory nnanufacturin.g.
b. Pipe zn.anufacturing operations (pipe, lining, and coatings} shall be performed
under the control o� the manufacturer.
c. Pipe shall be the product of 1 znanufacturer which has had not less than 5 yearrs
success�ul exper�ax�ce �anufacturing AWWA C303 pipe ofthe particular type
and size indicated.
1) Tkus experience record wzll be thoroughly investigated by the Engineer, and
acceptance will be at the sole discretia� of the Engineer and City<
2) Pipe manufac�uz'ing operat�ax�s {pipe, fittings, lil�ing,. and coating) sha11 be
performed at l. lacaiion, uraless otherwise approved by the Engineer.
d. Pipe shall be manufactured in accardance with the latest revisions of
AWW�A C303.
B. Certifications
I. Prior to shipment offhe pipe, the 1'ipe Manufacturer shall submit the following:
a. A Certi�tcate of Adequacy of Design statin.g that #he pipe to be furnished
complies with AW�+VA C303 and these Spacifications
b. Gopies of xesults of factory hydrostatic tests shall he provzded to the Engineer
c. Mi11 certificates, including ch.ezxzical and physical iest results for �aeh heat of
steel
�} T�e :r�aanufac�u�rer sha11 perform the tesfs described in AWWA C303, for all
pipe, fittings, and specials, except that the absorptian test detailed in this
Sp�cification shall supersede �he requirezne�ts of the applicable portion of
AWWA C3D3. -
d. Certifiad test report� for welder certification for factory and field welds in
accordance with AW�TVA C303, Section 5
e. Certi.fied test reports far cement rtzartar tesis
f. Certifi�d test reports for steel cy�.nder tests
C. Hydrostatfc Pressure Testing
36 1. Hydrastatic pressure testing shall meet or exceed �e requireme�ts of AW-WA C303
37 Sectzon �.6 — �'abrication.
38 a. Each pipe cylinder, with rings welded to its ends, shail be hydrostatically tested
gg prior to application of linjng or coatiing.
4D b. The 'lniern.al fiest pressuz'e sha11 l�e that which results in a fiber stress equal to 75
�1 perceni aithe mini�nuzn yield strength of the steal used.
�.2 c. Each pipe cylinder tested shall be completely waterfight under ma��imuzn test
43
�4
45
46
pressure.
d. Test pressure shall be held for suf�Zcient tiime to observe the weld seams.
e. Pipe manufacturer shall maintain a recarding of flae }�ressure gauge report atld
pro�ide ta the Engineer.
CITI' OF FORT WORTH NORTHPOT1dTE 2�4-Ti*TCFT VJATER TAA�TSTt+iI5SI0N MAIN (N4-lA)
STANDAIiD CONS1'RUCTIQIs SPECTFICATION ]]OCiJMHNTS Ciry Yroject Nn. 103505
Revised December 2a, 2012
33 I1 13 -5
CQNCRETE PRE55YIRE PIPE, BAR-�RAPPED, STEEL CYLINDER TYPE
Pag� 6 �nf I�6
� 2. Fitiings shal.l be, fabz�cated fi-om hydrostatically tested pipe or fabricated of welded
� steel sheet� qr plates.
3 a. �'ittings shall be tested in accordan.ca wifih AWVVA. C303.
4 3. Factory Tesiing
5 a. Cement Mortar Coating - Absozpfion Test
6 1) A water absorption tes� sha11 be pe:t`�ormed on satnples of cured zr�ortar
7 coating taken fror.n each working shifi�.
8 a) The mortar coating sampl�s shall have been cured in the satne raanner
g as the pipe.
I O b) A tast valtte shall consist af the average of a zz�inimum of 3 saznples
11 tal�en frorri th� satne working shift,
12 c) 'Fha test met]aod shall be ir� ac.coz'dance with ASTM C497, Met�od A.
13 d) The avexa.ge absorption value for atay test shall n.at exceed 9 paxcent
1`� �� and no individual satxiple shaIl have an absoz�t�on exceeding 11
I5 � perc�nt.
I6 e) Tests for each wo:rking shi$ shail be performed on a daily basis until
17 , . confarzx�.ance ta the absnrption requi rements has bean established by I 0
1 g consectrEive passing test results, at �hich time testing may be
1� perFor�xled on a weekl� basis for each working shrft.
�� (1) DaiIy testing shalI be z'esumed for each working sh;ift wiih failing
21 at�sorptinn test results and shall be maintained until conformance ta
22 the absoz'ption requiraments is re-established by i0 consecutive
�3 passing test xesults.
24 D. Cez�n.ent Mortar Li�ng
25 1. Shop-applied ceznent mqrtar li�zngs shall be tested in accardance wi#h AWWA
2b C303..
27 E. City Testing and �ri€spection
28 1, Tk�e City reserves the option to have an independent testing laboratary, at the City's
29 expense, inspect pipe and fittings at ihe pipe n.aanufactut•er's pIant.
�� ' a. Th.e City's testi�.g laboratory at�d Engineer sha.11 have ftee access to the
31 manufacturer's plant. '
32 , b. The pipe manufacf�•er shall noti� the City, in wxiting, at least 2 weeks pi•ior to
33 pipe fabrication as to start of fabx�icatzora and fabric�.ting schedule. 'I'he City
�4 � will fh�n advise the zzzan�z�acfurar as tn City's decis�on regardiug tests to be
3� . per�oz�ned by an independent testin.g laborAtory. .
36� c.� In the ��ent.the Cit}r elects to retazn an independent testing faboz'atory to make
37 , material t�sts and weld. tests, it is the intent that tha tests be lirnited ta I spot
38 � testing of each categary uz�less the tests do not show compliance wxth the
39 standaz•d.
4a 1) If thes� tests do not show compliance, the City reserves the rig}zt to have
41 the laboratory make additional tests and observations.
42 2. Th,� inspection an.d testing by fhe independent testing Iaboratory anticipates that
�F3 praduci�on of pipe sh.all be done aver a normal pez•ind of time at�d without °slow
�� downs" or other abn.ormal deYays.
CTTY QF FpItT WQTtTH NORTT�POINTE 2q-INCIT i�ATER TRANSMTSSIOI� MA11V (N4-1 A)
STANDt1ItD C0IVSTRi7CTSON SPECTFdCATIQiv DOCUMENT3 City Project Nn. 1035D5
Revised December 20, 2012
331i 13-�
CONCRETE PRESSIIRE PIPE, EAR-WI2APPE�, STEEL C'YLINDER TYPE
Page 7 of 16
1 a. Ln the event that an abnarmal production time is requir�d, and the City is
2 required to pay exeessi.�ve costs for inspectzoz�, then the Con�ractor sha11 be
3 required to xeitnburse the Czty for such costs aver and above fhose wluoh would
4 have been incurxed under a n.o:r�na1 schedule of praduction as detez�mined by the
5 Engineer.
6 F. Ma:nufacturer's Techr�ician for Pipe Tnstallation
7
8
10
11
I2
13
1A
15
16
1. Pipe Manufacturer's Repxesentative
a. Dttxzng the construction period, fhe pipe manufaciurer sha1l fuinish the sercFices
of a factory trained, q�xa3i�ied, job experienced teciznician to advise and instruct,
as necessary, in pipe laying attd pzpe joiniing.
1) T�e technician sha11 assist and advise tl�e Contractaz in his pipe laying
operations and shall ins�ruct coz�struction persoz�nel in proper joint
assembly and jaint inspection pxocedures.
2) The iechnician is not requir�d to be on-site �izll tirme; however, �'i.e
tachnician shall be xeguiarly on-site durii�g the frrst Z weeks of pipe laying
and tk�ereafter as r�quested by the Engineer, City or Contractor.
17 1.10 DELNER�', STORAGE, AND HANDLING
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
• 39
40
41
42
43
4�4
�5
46
47
A. Packing
1. Prepare pzpe for shipmen.t to:
a. Afford ztaaxi.mi.un protection from nortr�al hazards of tran.spoi�tation
b. Al1ow pipe to reach project site in an undanaaged condition
2. Fipe datnaged in s�iprnent shall not be delivered to the project site unless such
damaged pipe is properly repaired.
3. Af�er ihe eo�mp�eted pipe and fittings have been rernoved £rortz the f nal cur� at
the manufacturing plant:
a. Prot�ct pipe Iining �'rorn drying 6y :tnieans of plastic ezad covexs banded to the
pipe ezads,
b. Maintain covers ovaz' t�ie pipe ends at aII times until z'eady to he installed.
c. Moisture sha11 be rna�ntained inside th.e pzpe by periodic addition of watez• a.s
necessary. •
4. Pipes shaIl be carefu.11y s�pported d�rin� shipment and stnrage.
a. Pipe, fittings and specials shall be separated so �that they do not bear agaznst
each other and the whole load shall be securely �fastened to prevent
movement in transit.
b. Ship pipe onpadded bunks with �ie-dawn straps appro�imately over siulling.
c. 5tore pipe on padded skids, sand, or dirt berans, tires or oth:er suitable means
to protecf the pipe from daznage.
d. Each end and each length �f pipe, �itting or special (42-inches and iarger)
� and tha middle of each pipe jaint shall be internally supported and braced
with stulls to maintain a true circular shape.
i, internal stulIs shall cnnsist oftimber or sfeel firmly wedged aud secured
so that stulls remain in pla�e during storage, slv.pmen.f and installation.
ii. Pipe shail be rotated so that one stull z'emains vertical duz'i�� storage,
shipnaent and installation.
iii. At amixii.mum, stulls shall be placed at each end, each quarter point and
center.
B. Deli�+ery, Handling, and Storag�
CITX OF FORT WOR7'�1 NORT�TPdINTE 2++-INCH WATEIt TR.A.NSMISSIbN MAIN (N4-lA)
STANFDAItD COI+ISTRUC'1'ION SPECI�'ICATIONDOCilMENTS City Pmjectl�To. 1D3505
Itevised Deicember 20, 2�012
3311 I3-S
CONCRETE PR�SSURE PIPS, BAR-WRAPPED, STEEL C�I.INDEIZ TYPE
Page 8 of 16
1
2
3
4
5
6
7
S
9
10
I1
12
13
14
15
�6
C
�
I7 1.��. WARRANTY [NOT U,SED]
18 PART 2 � PRODUCTS
I9 2.� OWNER�FURNISHED [NOT USED]
20 2.2 EQUIPMENT, PRODUCT TYP�S, AND MATER.�A.LS
2I
22
23
24
25
26
27
A. Mantzfacturexs
I. Once the first shipment of pipe has been deli�ered to the site, the Engineer and
the Contracto:r sha11 inspect t�Z� pipe's interiax coating for excesszve cracking.
a. If excessive oracking zs �'ound, exceeding th� allowanc� in AWWA C303,
modify shipping pracedures to reduee or eliminate crac�Cin�.
2. Deliver, handl� and store pipe ixa accordance wit}a the manufacturer's
recommendations to prot�ct coating systems.
Marlflng for ldentification
1. �'or each joint of p:ipe and each fittzt�g, piainly mark on � end:
a. Class for wb.ich it is designated
b. Date of man�faeturer
c. Identif�eatian number
d. Top centerlines shall be marked an all specials.
Point af Delivery
1. The Contractor is x�sponsible for securing and maintaining a locatian to store the
, material in accordance vvith Section O 1 56 OQ.
1. Only the man.ufacturers as listed in the City's Stan.dard i't•oducfs �,ist will be
considered as shown in Section 01 60 00.
a. The Jnaz�.ufact�irer must caznply with this Speci�ication and xelated Sections.
2. Any product tlaat zs no� listed o� t3�e Stat�dard Praducts �,ist is considered a
substitution and sk�ail be submit�ed in accbrdance with Section OI 25 D0.
B. Mater�als
28 I. General
29 a. Pipe shall be manufactured in accordance with the Iatest revisio�s of
30 AWWA C303, AWWA M9, as well as the special reqtitiz•ements of this
31 � Specification. �
32 b. All pipe�si�all meet th.e reqtiirements af NSF 61. � �
33 2. Cernent
3� a. Cemsnt fox use in conct•ete and mortar shall be Type�I or II Portland Cement.
35 3. Aggregates
36 a. Aggregates for conerete Iizaing and coating shall conform to ASTM C33.
37 4, �and �
3 8 a. Sand tzsed iar inside and outsidt� joinis shall be of silica base, conforming to
39 ASTM CI44.
40 5. Special Coating (Mortar Rings}
41 a. Pipe ta be instailed in casing sha11 have 2 built-up mortar rings, each
4Z approximateIy 2 feet lang and sligh#ly hzgher than tY�e pipe bell, to pxevent the
43 pipe fi�om being supported by the pip� ball.
CITY QF FORT WORTH NOltTHPOINTS 2MINCI� WATER TRANSNlISSION IvIA.QV (N4-1A)
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Na. 103505
Re�ised December 20, 2012
33 li k3 -9
CONCRE'iE PRESSURE PIPL', BAR-WIZRPPF.S7, STEEL CYLINDER TSCPE
Page 9 aF lb
I b. Built-up mortar rzngs are to be applied at the quat�tex points of the pipe section.
2 6. Bushings, Couplin�s atad Plugs
3 a. Where outIets or taps are tlueaded, furnish and instaJ.l brass reduczng bus3ungs
q in Iarger steel half cnuplings for the autlet size indicatad.
5 b. Threaded plugs sha11 be bxass.
6
7
8
9
10
11
12
18
14
15
16
17
18
�9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
7. Mixes
a. Cement Mortar
1) Cament mortar used far pouring joints sha11 consist of:
a) 1 part Portland Cenaent
b� 2 parts elean, fine, sharp silica sand
c) Mixed with water
d) No rnanufaciured sand shall be pe�xzitted.
e) Exterior j oint mortar sha1l be mixed to the consistency of thick cream.
� Interioa jnint mor�ar shall be mixed v�rit� as litile Vvater as possible so
that the rnortar is very stiff, but workable. :
g) Cement slaall be ASTM C150, Tyge T ox Type,II.
h.) Sand shall conform to ASTM C144.
2} Cement mortar used far patching shall be z�aixed as per ceanent�mortar �ox
izzside jaints.
8. 7oint Wrappers
a. �oinf wrappers shall be manufactured by Mar-Mac Manufacturing Company, ar
appz'oved equal.
b. For pipe within casing, Flex ProteX joinf filler, ar appro�ed aqual, may be used
for pipes that can be welded from the interiox.
9. Fle�ble Joint Couplings
a. F1e�ible Joint Couplings shall ba Dxesser 5tyle 38, Smith�Blair S�kyle �411 or
approved equal.
l p. Pipe Ends
a. The stan.dard pipe end shail inclu.da steel joint ring and a cantin�tous solid
rubber ring gasket as per AWWA M9.
ll. Gaske�.s
1} Flange in accordance with AWWA C207.
2} Provide Gaskefs iz� accordance with Section 33 11 O5. `l,
34 12. Bolts and Nuts
35 a. Flanged E�ds "
36 1) Flange in accordance with AVi�WA C207.
37 2) Provzde bolts and nuts in accordance with 5ection 33 11 �5.
38 I3. Isolation �'langes `.
39 a. Flanges required by the drawings io be Isolation Flanges shall con%rnn to
40 Section 33 04 10.
41 . 14. Flange Coatin.gs .
42 a. Flange Coatings in accordance with Section 33 11 O5.
43 15. �'hreaded Outlets
44 a. Whe�•e outlets or taps az'e threaded, Thxeaded with CC Threads and furnish and
4g install brass bushings fQr the outlet size indicated.
46 16. We1d Lead Outlets (if' appIicable)
47 a. Use oitY�readed outlefs for access fox vveld leads is psr�►itted.
CITY OF FO�T' WORTH NOzt'I'iiPOINTE 24-INCH WATER TKAbI5�VII53IQN FvIA�1N (1�i4-1 A}
STANAARD COIVSTRUCTIO�T SPLCIFICATIOIV DOCUMENTS CiryProjecti3o. 103505
k�evised Decemher 20, 2012
33 1 l 13 - 10
COIVCRETE PiiESSYJRE PIPE, BAR-WRAPP�]], STEEL CYLI[dDERTYPE
Yage 10 af 16
Z b. Additional outlet configurations shall be approved by t�e Engineer.
2 c. O�.tlets sha11 be walded after use.
3 17. Snap Rin�s
� a. Snap r�ngs shal.l be manufactured by Hanson, or appraved equal,
S C. Performance / Design Criteria
6 1. Pipe Desigta
7 a. Pipe shall be designed, znanufactuz'sd and tested in accorc�ance with the latest
� rewisions of AWWA C3Q3, AWWA M9, as wall as the special requiremants pf
g tTus Speci�Zc�.tion.
r 0 b. �izes and pressure classes (�orking p��essure) sha�l be as speczfied in the
11 Drawings.
�2 c. �'or the purposes o�`pipe design, working p1'es5ure plus #ransient pressure sl�all
X3 be as indicated below.
I4 d. Pipe design sha1I be based. on trench conditions azzd design pxessure class
�5 speci�ied in the Drawings.
X6 e. Pipe sha.11 be deszgned accaxding to the mef�ads indicateci in A WWA C303 and
i'1 AWWA M9 faz txench construction, using the following parameters:
Ig 1) Unit Weight of �'iIl {w) = 13a pounds per cubic fopt
19 2) �.ive Load = AASHT� H-20 truck far �zapa�ed cozzditions
24 3) Z,ive Load = Cooper E-80 Ioading for razlroad crossing;s
21 4} Tranch Depth = As zndicated an. Drawings
22 5) Cae�cient K�' = O,1S0
23 b) Trench Width (Bd) as indicated an. Drawings
2� 7) Bedding Conditions = as indicai:ad on Drawings
z5 $} Pressure Class = ISO psi rnin, working pressure
2� 9) �urge AIlowauce � I0.0 psi minimum
27 a) where; Tatal Fressure (includ'vag surge) = 1S0 psi+ 10Q psi = 250 psi.
28 1Q) Deflection Lag �actor � 1,p
29 11) Soil Reaction Modulus (E') < 1,000
30 £ Tz•�nch depths indicated on Dravvitlgs sllall be veri�ied ai�er existing [ztiIitles are
3 z loeat�d.
32 1) Vertical alignrnent changes required beca�ase of existing utility or other •
33 confl,icts shall be accommodated by an apprapriate change in pipe deszgn
34 depth. t ,
3� 2) In no case shall pipe be instaIled deeper than its design allows.
36 2. 1'rovisior�s for Th;rust
37 a. Thrust at bezzds, tees or othe:r �ttiings slaa.11 be resisted by resirain�d joints or
3$ snap rings,
39 �1) Thrust at bends adjacent to cAsing shall be restz'ained by waIding joints
40 through the casmg and a sufficient disfance each side of the casing.
41 2) No thrust restraint cont�•ibution shall be allowed faz• pipe in casing unles5
4z the annular space in the casing is f I�ed r�ith grout.
43 3} The distance for thxust restraint shown on th.e Drawings is the miniznum
44 restraint atad does npt re�ieve f�� manufacturer from calculating the restraint
45 needs as specif ed }aerein.
¢6 a} In no case s�all the restrained distanca be �ess than zndicated an. fihe
47 Dra�rings. .
CITY OF FORT WOATXT NOK'I'HPOTI�TE 2q-INC�i VJATER T12.4NSMISSId1V I�1AIN (N4-lA)
STANDARS3 CONST1tUCTION SPECIFICATIO�I DOCUMEI�T5 C[iy Project No. 1035pS
Revised December 20, 2p 12
33 11 13 - 11
COi�TCRETE PRBSSiJRL 1'IPE, BA.R-WRAPPED, STEEL CYLI3�TDEit T'YPE
Yage 11 af 16
� b, Restrained joints shall be used a sufficient disfance frorn each side oft�e hend,
� tee., plug or other ftting to resist thrust whic�i de�elops at the design pressure of
3 the pipe.
4 ].) The distance for thrust restraint sh.own on ihe Drawings is tlae minimuzxi
g restraizzt and does not relieve the znanufacturer £rom calculating the xestraint
g needs as speciiied herein.
� a) In no case shall the resfixained d'zstance be Iess than indicated on the
g Drawings.
g 2} Restraiued joints sha.11 cansist of welded joints ox snap rings.
1fl 3) In areas where restrazned joints are used for thrust xestraint, tJae pipe sh.a11
11 have adequate cylinder thickness fio tzansmit the thrust forces.
12 c. Thrust res�rai.nt design
�3 1) The length of pipe with restrained j oi�.ts to resist tl�st forces shall be
14 verif�ed'6y the pipe manufacf�rer in accordance with AWWA M9 and the.
� 5 following: ;
X 6 a) The V+reight of Eartk� {We) sl�all be calculated as the vwei�ht of the
17 projected soil prism abave the p.ipe.
�g (1) Soil Density =130 pounds pex cubic foot (na�imum vaiue to be
19 used for unsaturated soil).
20 d. Thrusf co�lars wil! only be petxa�.itted for temporaty plugs.
�� 1) Thrust collars may not he used for any other applica�ian, unless apprQved in
22 writing by the Engine�r.
�3 3. Inside D'zameter
�4 a. The inside diameter, of ih� ce�nent mortar lining shall be #he nominal diameter
z5 speci�ited, unless otherwise indicated on the Drawings.
26 4. Joint B o.n.ds, Insulated Connections and Fla�ge Gaskets
27 a. Joint Bands, Tnsuia#ed Cann�ctzon and Flan.ge Gaskets sha�1 be in accordance
Zg with Sectian 33 0410.
29 S. Bend �'ittings
3q a. All bend fitiings shall be lnng raclius ta p�rznzt passage of pipeline pigs.
31 6. Fittings vvzth Flanges
32 lj �'l�anged joints sha11 be pravided at connections to �valves and where
33 ind'zcated an th.s Drawings.
34 2) Ends to be �itted wzth slip-on flanges shall have the longziudinal or spiral
33 welds ground flush to accoznmodate the type of flaugas pro�ided.
36 � 3) Pipe flanges and weiding of flanges to Concrete Fressure Pipe shall ,
37 ` conform to the requirements of AWWA C207 and AWWA C206. �'
38 , 4} Pipe flax�ges shall be of rated pxessure equal to or gr�ater tharz fhe adjacent
39 � pipe class.
4� 5) Flanges sha11 match the fittings or appUrtenances which are to be at�ached.
4� 6) Flanges shail be Class E with 275 psi working pressure in. accardance with
42 AWWA C207 and in aecardance with A�ME B 16.1 Class 125 far areas
43 designated witkz a 225 psi test pressure.
CITY OF FQRT WORTH NORTHPOINTE 24-I�ICH WA.TER T�ANSMIS&IQN NlAIN (3�T4-lA)
$TANDARD CONSTI2UCTIQN SPECIPICATION 1lOCUN�ENTS City Project No. 103505
1Ze�vised December 2�, 2012
1 2.3 ACCESS�RTES [NOT USED]
3a i t t3 - iz
CONCi2�TB PRESSiiRC PIPE, BAIt-WRAPP�, STEEL CXLINDEiz TYPE
Page 12 of I6
2 2,4 SOLIRC� Qi7ALITY CONTRQL [NOT U�ED]
3 PA,RT 3 � E�ECUTIQN
4 3.1 IN�TALLERS [NOT USED]
5 3.2 EXAMrNATI�N [NOT i7SED�
6 3.3 PREPARATION [NOT USED]
7 3.4
8
9
10
11
12
13
14
zs
16
17
I8
19
20
21
22
23
24
25
26
27
28
29
30
3�
32
33
34
35
36
37
38
39
4{l
INSTALLATION
A. Genez•ai
1. Install Concrete �'ressure Pipe, f�tings, specials and appurtenan�ces as requir�d for �
th� pr�per functioning af tb.� completed pipe line.
2. Install pipe, fittzngs, specials and appurtenances as s��cified herein, as specified in
AWWA MR, and in aceoz�dazzce with the pipe manufacturer's recommendaticros.
3. Lay pipe to the Iixz�s and grades show on the Drawings.
4. Excavate, embed and bae1cf11 ir�nches in accordance with Section 33 OS 10.
5. At the close of eac�i operating day:
a, Keep the pip� clean and free of dehris, dirt, ani.n�.als and n�ash -- during and after
th� laying operation.
b. Effectively seal the open end of the pip� using a gasketed night cap.
b. If pipe is placed in casing, restrain pipe fi•om fl.aating as reqtzzred in Article i.6.B,4.
B. Pip� Handling
L Haul and distz'ibute pipe �ttings at the project site and handle piping with. care to
avoid damage.
2. Be�are Iowering into the tre:nch and inspect each joint ofpipe and reject ax repair
any damaged pipe.
3. Pzpe s�al1 be hanciled at alI ta:nnes with a zaninimtt�n of 1 wide non-abrasive sli�ig,
bclts or other equipment designed io pz•event damage to tha coating or l�ning,
4. T�e equipment shall be kept in such xepa�r that its continued use is not injurious to
the coating.
5. The spacing of pipe supports required to handle the pi�e shall be adaquate to
prevent cz-ac�ing or damage to th� lining or coating,
C. �'ipe ,Tointing �
1. Genera�
a. Tharoughly clean tlae belf and spigot rings before Iaying e�ch joint ofpipe by
brushing and wipitxg.
b. Tf any datrzaga to the prot�ctive coatxng on tlae z�zetal has occurred, repair the
damage before laying the pipe.
c. Lt�bricate the gasket atad the inside surface of the bell wzth an appraved
lubricant (�la� soap) which will facilitate the telescoping of fhe joint.
d. Tightly fit together sectiozzs of pipe and exercise care to secure true atignmer�t
an d grade.
e
CTI'Y QF FORT'VJORTH NpKTHpp rLi�TE 24-INCH WATER TI2ANSMISSION MAIN (N4-1 A)
STANDARI7 CQNgTAUCTiON SPECIFICATI�T� DOCLIMEi�TTS Ciry Yraject No. 103505
Aevised Decembar 20, 2012
33 11 13 - 13
CONCRETE PKESSURE PIPE, BAR W1iAPPED, S'1'�EL CYL�I'iDER TYPE
Page 13 of I6
1 e. Wi1en a j aint oi pipe is being laid, place the gaske� on th� spigot rin.g and enter
2 ' ti�e spigot end of tlae pipe into �he 1�ell of the ad� oining pipe and force into
3 posiiion.
4 1) The inside joint space between ex�ds of tlle pipe sections shail have ata
� opening within the tolerat�ces as recommended by the pipe manufaeti.trer.
6 f No °blocki:�g up" af pipe or j oints vs+ill be permitted, and if the pipe is not
7 uniformly supparted or the joint not zxzade up properly, remove the jaint and
g properly pxepaz�e the trench.
9 g. After j oining, check the pasition of tk�e gasket with. a feeler gauge.
10 1) Ifthe gasket is oui af position, disassemhle tlae join� and repeat the Joint
1� laying procedure.
�2 �. . For interior welded�aints, complet� backfilling befare welding.
13 i, For exterior field-welded �oints, provide adequate wo�king rooix3. under and
14 beside the pipe.
zs
16
17
18
19
20
z�
22
23
24
25
26
27
2.8
29
30
3I
32
33
3�4
35
36
37
38
39
4a
41
42
43
44
45
46
47
48
2.
3.
4.
Ext�rior Joints .
a. Make the exterior joint by placing a joint wrapper around the pipe at�.d sec�e in.
place with 2 nnetalstraps.
1) The wrapper sha11 be 9 inches wide fox p.ipe 3b-inches and larger, and 7
inches wide far smaller pipe, hemmed on each side.
2) The wrapper shall be fiberglass reinfaz'ced or burlap clath, with lengths
encircling the pipe, Ieavzng enougY� opening between ends ta aJ low tha
znorta,r to b� pouxed inside the wrappex into the joint.
3} Fill the jaint with mortar from 1 side in 1 continuous operai�on until it has
flowed entirely around the pipe.
4) During the filling of the joint, pat or manipulate the sides of the wrapper t�
settle the mortar and exp�l any entrapped air.
5} Leave wrappers in place undisturbed until the rnortar has set-up..
Interior Joints
a Upon completion ofbacicFillzng of the pipe trench, �iil tkze inside joint recess
witla a stifF cem�nt mortarlhigh-s�rength grout.
b. Prior to placing o£ moriarlgrout, clean out dii� or irash which has coliected 'ui
the joint and nnoisten the concreie surfaces o£the jain.t space by spxaying ar
hrushing with a r�et brush.
c. Ram ox �ack the sf�ff mortar/grout intca the3oint space and take extremc care to
insuxe that no voids remain in the joint space.
d. After the joint has been filled, �evel the surfaces af t1�e joint mortar/grout with
ihE irlterior surfaces of the pipe vt+ith a steel �'owel sa thaf fha surface is sxu�ooth.
e, Interior j oints of pipe smaller than 21 �inches shall have the bottom of tiie be�i
buttered with grout, prior to inserking the spigo�, such that when the spigot is
pushed into �osifion it will extrude surplus graut from the j oint.
1} Tha surplus grout shall be s�tuck off flush with the inside of the pipe by
pulling a fil�ed burlap bag or an inflated balI #hrou�h the pipe with a rope.
Welded Jaints
a, Weld jaints in accqrdance with f�e AWWA M9.
1) Contractor shall provide adequate ventila�aon for welders and for th� City ta
obse�ve welds.
2} Unless otherwise specified on the Dfa�ings, welds shal� be full circle fillet
welds. �
CITY OF FORT WO.ATH NORTI-TPOI3VTE 2�4-�PTCH WATk� TRA1�iSMTSSION 1VIAIN (N4-lA)
STANDARD CONSTRUCTION SPECIk1CATI0N llOCi}IvIFNTS City 1'rojectNv. iD3505
Revised December 20, 20 L2
33 11 13-14
COI+TCRETE PRESSURE PIFE, BAR WRAPPED, STEEL CYLIND�R TYPE
Page I4 of 16
1 b.
2
� c.
4
5
6 d.
7 e.
8
9
1D
I1 �
12
13
14
I5
1�
17
18
�9
20
21
22
Z3
24
25
26
27
28
29
3a
31
32
33
34
35
36
�37
38
39
40
41
42
43
44
45
46
47
48
g•
h.
1.
k.
Adequate pi•ovisions far reducing temperature stresses slaall be the
responsibility of the Contractor.
Befar� weldiug:
1) Thoroughly ciean �ipe en.ds.
2} Weld pipe by machine or by �he manual shieided electric arc process,
Welding shall be per�'ormed so as not to da.mage Iining or cnating.
Furnish labqr, equipzneni, tools and supplies, inciuding s�aielded type welc�ing
rod.
1) Prc�tect welding z•ad from any deterioration prior ta its use.
2) If any poi-�ion of a box or cartan is damaged, reject the entire box or carton.
In all hand weIdin.g;
1) The metal shall be deposited in successive layers.
2j Not mare than �IS inch of inetaI shall 6e deposited in each pa�s. �
3) Each pass except th� final 1, whether in butt. a:r �[llet welds, shall be
thorougla�y babbed ox p�ened to relierre s�rinka:ge stresses and �o rernove
dirt, slag or flux before the succeedzng bead is applied.
4) Eac� pass shall be thoraughly fused into the pIa#es at each side of'the
welding groove or fillet a1�.d shall not b� permitted to pile up in the center of
the we1d.
5) Unde�cutting along the sid� shaII nat be permit�ed.
WeIds shall be free from pin holes, non-mefalIic inclusions, air pockets,
undercutting andlor any other defects.
If the ends of the pipe are laminated, split or damaged to th� extent that
satisfactozy welding contact carkno� be ohtained, remove �Ja� pipe from tb.� line.
Furnish each welder employed with a steel stencil far marking the welds so f.hat
the work af �ach welder znay be idenfz�ed.
T} Have each welder stencil the pipe adjacent ta the weld witla the stencil
assigned to him.
a) In the event any welder lea�es tl�� job, his stencil sha11 be vaided and
not duplicated if anothe�� welder is employed. �
Welders
1) Each welder employed by the Contractox sk�all be requized to satisfactorily
pass a weIding tesi in accordance with AWWA C2Q6 b�fore being allowed
ta weld on the Iine.
2} A$er each welder h.as quaIified in the preli�inary tests referred to abpve,
inspections shall be made of j aiz�ts in the line.
a) 'i'he inspection will be don� by, a Certifted Welding Inspector retazned
by the City.
3} Any welder ma�ing d�%ctive welds sha11 nat be allowed fo can#inue to
weld.
Weld Testing
Z.) Dye penetraxif teats in accordance with ASTM E165, or magneYic particle
test in aecordance wi#h AWWA C2Qb and set forth in AWS D.1.I. shall be
performed by the Contractar under the supervYsion and inspecfian ofthe
City's Representative ox an i.t�r�ependent testing �aboratory, on all fu11
welded jaints.
a) Welds that are defectiva vvill be replaced or repaired, whichevez is
deerned necessary by the Engineer, at the Contractor's expens�.
CIT'Y OF FO12T WORTH NORTHPOINTE 2¢-TNCH WATER TRANSMISSIdN MAIiV (1�i4-]A}
STAIVDARD CONSITZUCTIQN SPECTF`TCATION DDCUNfENTS City ProjectNo. 1a3505
Re�ssed 17acember 20, 2072
33 IS 13 - 15
COIVCRETE PKE53UR$ PIPE, BAR-4VRAYPED, STESI. CXLI�TI)ER TYPE
Page 15 of 16
X b) If the Con�ractox disagrees vvzth the Engin�er's interpretation af walding
Z tests, tast sections may be eut fz'ozn the jaint £or physical testing. The
3 Con.tractor shall bear the expens� of repairing t�Ze j oint, ragardless of
4 the results of physical testing.
5 {1) The procefltue far repairing the joint shall ba approved by the
� Erzgineer befnre proceeding. �
7 S. Protection af Exposad Me#al
g a. Protect exposed ferrous metal by a minirnum of 1 inch coating of cement
g ' mortar as previously speci£'aed for inside jaints, u�less othertuise specified rn
�p the Dxawings.
X� b. Expased Iarge flat suxfaces such as flanges, bolts, caulked jnints, threaded
�2 outlets, c.losures, �tc., shall have coating reir�nrced with galvanized wire zx�esh.
x3 c. Thoroughly clean a�d wet ti�e surface receiving a cement mortar coating with
14 water just prior to pl.acing the ceitaent mortar coating.
15 d. After placing, take caxe to prevent ceme�t mortar fram drying out tao rapidly
16 by cover.ing with damp earth or hurlap.
17 e. Cem�nt mortar coating shall not be applied during freezing weather.
18 6. Patching
19 a. Excessive fzeld-patching of Iining or coating sha13 nat be permitied.
2p b. Patching of lzning ar coatzng will be al.lowed where area to be repaired does uot
Zl exceed I00 square inches and has no dimensions greater than 12 inc�es.
22 c. Im general, there shall not he mare tl�an 1 patch on either the lining or the
23 coating o�any 1 joint ofpipe,
24 d. Wherever necessary to patch the pipe, make patch wzth cement mortar as
Zg � " previously speci�ied iQr interior joints,
26 e. Do not instali patched pipe until the patch has bean. properly and adequately
27 cured and approved for laying by ihe City.
Zg f. Promptly remave rej�cted pipe frn:aa the site.
29 3.5 REPA.ZR 1 RESTORATION [NOT USED]
30 3.6 RE-INSTALLAT30N [NOT USED]
3I 3.7 FZELD QUALITY CONTROL .
32 A, Field [ox] Site Tests and Inspections
33 1. Cleaning and Testin.g
3� a, Clea�aing, disinfection, liydrostatic testing a�xd bacteriological testing of water
35 mains
36 1} Clean, flt�sh, pig, disinfect, hydrostatic test and bacterialogical test the
37 water rnain as specified in Section 33 Q4 40. �
CITY' OF FORT WORTH 1�QiZTHPOINTE 24-TNCH WATER TRAI+i5MI5SI01+� MATN (N4-3A)
STANDAitll C4NSTRZ7CTI02�f SPECTFICATIQN DOCLTMfENTS City Project No. 1035a5
Revised DecemUer 2U, 2012
33 11 13 - l6
CONCItETE PItE55U12E PIPE, BA.R-WRAppEp, STEEL CYLINDEIt TYFE
Page 15 of 16
1 3.$ S'YSTEM STARTUP [NOT USED]
2 �.9 ADJUSTING �NOT USED]
3 3.10 CL.�+ ANING [NaT USED]
4 3.1� CLOSEOUT ACTI�ITIES [NOT USED]
S 3.12 PROTECTION [NOT USED]
b 3.I3 MAINTENANCE [NOT U�ED]
7 3.14 �iTTACHMENTS [NOT USED]
S
:
10
END OF S�CTdON
t
GITY OP PORT WO12TIi 1�TpRTk3POII�TE 24-T�TCH �A�'ER TI2AAiSMTSSION MAIN (N4-lA)
STAIV�ARD CONSTRUCTTOi�T SPECIFICATIDN AOCUMENTS City Project No. 1 D35Q5
Revised December 20, 2012
331114-1
]3UItIED STEEL PIPE ANA FiTTINGS
T'age 1 of27
1
2
3 PART1- GENERAL
SECTTON 3311 �.�
BURIED STEEL PIPE AND F.[T'T1NGS
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Buried Steel Pipe 24-in.ches and larger for potable water application�
7 B. Deviations from this City o�Fort Worth Stand.ard Speczficatian
g 1. None.
9
10
11
1�
I3
14
1S
16
17
C. Related Specificat�on Seotions include, but are not necessarily Iizr�ited to:
1. Division �-- Bidding Requirements, Coratract Forr�as, and Canditions of the
Coniraet
2, Diviszon 1— General Itequirements -
3. Section �3 Oi 31— Clased Gircuit Television (CCTV} Inspection
4. Section 33 0410 — 3oint Bonding and Eiectrical rsolation
S, Section 33 04 4D — Cleaning and Acceptance Testing of Water Mains
6. Section 33 05 10 — Utility Trench Excavation, Embedz�nent, and Backitll
7. 5ection 33 1 I 05 — Bolts, Nuts, and Gaskets
18 1.2 PRICE AND PAYMENT PROCEDURES
19
2Q
21
22
23
24
' 25
`26
27
28
29
34
31
32
33.
3�
35
36
37
38
39
40
4i
A. Measurement and Payntzent
1. Buz�ied Steel Pipe
a. Measurement
1} Measured horizontally along the suar�ace fiorn center Iiz�e to eenter Iine of
the iitting or ap�urtenance
b. Payrtzent
1) The work perfarmed and materials furnished in accordance with this Item
ar�.d measured as pro�ided under "Measi�rement" vvil! be paid for at the unit
price bid pex linear foot of "Steel AWWA C200 �'ipe" installed for;
a) Variaus sizes
b) Various type of backi�ill `.
c. The price bzd shall includa:
1) �urnishing and installing Buried 5teei Pipe with joints as speciiied by the
I]rawin�s
2} Mobilization
3) Coating
�}) Lining
5) Pavement removal
5} E�cavatiQn
7) Hauling
8.) Dzsposal of excess nnateriai
. 9) �urnishing, plaeement and compac�ion of embedment
10) Thrust resirainfi
CITY OF FOIiT WOIZTH NaRTHPOINT� 24-1NCH WATER TIiANSMC55ION NlAIN (N4-IA)
5TANDARII CO�TSTRUCTION SPECIFICATTONDQ�UMENTS City P�ojectNo. ]03505
kZevised Decem6er 20, 2012
331114-2
BiJItIED 5TEEL PIPE AND F'iTiI1�G5
Page 2 oi27
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
z�
17
].8
19
2p
21
22
23
24
25
26
27
28
29
3.0
3z
32
33
34
35
36
37
1 I) BaIts and nuts
P2) Welding
13) Gaskets
14) Furnishing, placeinent and compaction of backfill
15) Trencla water stops
16) Ciean-up
17) Cleaning
18) Disinfeciion
19) Testing
2. Buried Steel Pipe I'ittings
a. Measurement
1) Measurerr►ent �or this Item sha�l be by lump sum,
b. Payrnent
1) The wark perfQrmed and materials fuzxrished in accordance with this Item
and measured as pxovided under "Measurerne�at" will be pa,id for at fhe
l�mp sum price bid �'or "Steel Pittings".
c.., The price bid shail include:
1) Furnishing and insfalIing Buried Steel l'ipe with joints as specified by the
Drawi.ngs
2} Mobilization
3) Coating
4) Liz�zng
5} Pavem�nt reino�val
6) Excavation
7) HauIing
8} Disposal of excess zz�aterial
9) �'urnishing, placemant and compacfian of embedment
1 D) Tl�rust restraint
11) Balts a�d nuts
I2) Welding
13) Gas�ets
14) Furzxishir�g, pIacement and compaction o�'backfiIl
15} Trench, v;�atar stops �;
lb) Cleat�-up ,
17) C�ear�.zng �
18} Disinfection
].9) Testing ,
3.8 1.3 R�FERENCES
39
40
41
42
43
44
45
46
47
48
A. Referenc� Standards '
].: Reference standards cit�d in this S.pecificatiatz refer to the current reference
standard published at �:he trrtze ofthe latest revzsion date loggecl at the end of this
�pecifcafiion, unless a date zs specifically cited.
2. Americat� Architectural Manufacturers Associatian (AASHTO).
3. Atz�erican Society of Mechanical Engineexs (A�ME}:
a, B 16.1, Gray Iron. Pipe Flan�es and Fia,nged �'itiings Classes 25, 125 and 250).
4. ANSI International (ASTM):
a. A3Q7, 5#andard Specification for Carbon Steel Bolts and Studs, 60,OOQ FDI
Tensile Sfrength.
CITY OF F012T VyORT�I NORTHPDTIYTE 24-fATCFI Wl�TER TRANSMI58ION MAIN (N4-iA)
STANDAR�J CONSTRUCTION $P�CTFTCATIONDOCi1MENTS Ciiy ProjectNo. 1Q3505
Revised Becember 20, 2013
331114•3
BZ1i�D STEEL PIPE AND FIT'I'INGS
Page 3 nf 27
1
2
3
4
5
6
7
8
9
IO
17.
12
13
I4
15
16
17
I8
',
b.
C.
d.
e.
f.
g•
h.
i.
J•
k.
I.
�pa
B 117, Standard Prac#�ce for Operat�ng Sa1t Spray (Fog) Apparaius.
B633, Staz�dard Specification for Electrodeposited Coatings of Zinc an Iron and
Steel.
G33, Statzdard Specifzcations far Concrete Aggxegates.
C144, Standard Speci�'icatian for Aggregate for Masonry Mortar.
C150, 5tandaz�d Specification for ForYland Cemen.t.
C276, Staz�dard Spacification for Facing Brick (�alid Masonzy Uni�s Made
from Clay or Sha1e}.
D16, Standard Terminoingy far Paint, Ralated Cnati�gs, Matexials, and
Appiications.
D242, Standard Specification for Min�ral Filler for Bituminnus �aving
Mixtures.
DD522, Standard Tesi Methods �'or Niandxel Bend Tast af Attached Orgauic
Coati�gs.
D2240, Standard Test Method for Ruhber Property-Duz�ometer Hardness.
D4541., Standard Test Methad far Pull-Off S krength of Coatings Using Partable
Adhesion Tesiers.
E165, 5tandard Practice for Lzq�zid Penetrant Examination for General Industry.
i9
20
21
22
23
24
25
26
27
28
29
3D
3I
32
33
34
35
36
37
38
39
4Q
41
42
43
44
45
46
47
48
5. American Welding Society (AWSj
6. D1.1, 5tructure Welding Code - Steel.
7. Arner�cat�. Vl�ater Works Associati.on (AWW�A):
a. C200, �teel Water Pipe - 6 Inches and Larger.
b. C205, Ge�nent Mortar Pro�ecti�e Lining and Coating for Steel W�ter Pipe 4�s
and Larger Shop-Applied.
c. C206, Field Welding of Steel Water Pipe.
d. C207, Stee� Pipe Flanges for Waterworlcs Ser�ice - Szzes 4 IN throug� 14�4 IN
e. C208, Dimensions for Fabrica�ed Steel Water Pipe Fittings.
f. C210, Liquid-Epoxy Coating Systems for the Interiox and Exterio:r of �teel
Water Pipelines.
g. C216, Heat Shrinkable Cross-Linked Palyoleiin Caa#ings for the Exterior of
Special Sections, Connections, and Fi�tings for Stee1 Water Pipelines
h. C222, Palyuretharte Coatings for the Interiar �nnd E�erior of 5tee1 Water Pipe
and Fittings '
i. M11, Steel Pipe - A Guid� for Design at�.d Insfiallatinn.
S. American Water Works Associatio�lAmerican National Standards Tnstitute
{AWWAIANSI):
a. C1111A21.11, Rubber-Gasket 7oints for Ductile-Iron Pressure Pipe and
�ittings.
9. International Organizatian for Sfandardization. (ISO).
Y0. NACE International {NACE):
a. S�O18$, Discantinui�ty (Hoiiday) Testing of New Pi�otecti.ve Coatings on
Conductive Substirates.
11. NSR International {NSF):
a. 61, Drinlcing Water Systen� Coznponents - Health Effects.
12. Spray Polyttrethane �aarn A1liance (�PFA).
I3. Society for Protective Coatings (SSPC)/Natia�nal Associate of Corrosion Engineers
(NACE)
a. PA 2, Measuremeni of Dry Coating Tbi.ckness with Magnet�c Gages..
CITY OF FORT WOTZT�I 1vORTHP011VTE 24-11VGH WATER TitAAi5iuIi55ION IV1AIN ([`T4-lA)
STE�I�DAILD CON5TRC7CTIdNi SPECIFICATIONDOCUIv�ENTS City PrajectNa. 103505
Revised Dacem6er 20, 2U 12
33 ]1 14-4
SURIEA STEET. PIPE AND ETTTINGS
Page 4 of 27
I
2
3
4
5
b
7 I.4
b. SP 1, Solvent Cleaning.
c. SP 2, Hand Tool Cleaning.
d. S� 3, Power Toal Cleaning,
14. �ociefy for PrateCtiue Coatings/National Associate of Corrosion Fngineers
{SSPC/NACE}
a. SP IO/NACE No. 2, Near-V�Ihite Blast Cleaning.
ADNIINIST1tA,TIYE REQiUIRE1V�NTS [NOT U�ED]
8 , �.5 SUBNIITTALS
9 A. 5ubmittais shatt be in accordance wi.th Section 0133 00.
Z� , B. All subrnitfals sha.11 be appro�ed by the City priar to delivery and/or fabrication for
11 5pecials,
12 I.G ACTION SUBMTTTALSIINFOR.MATIONEiL SUBMITTALS �
I3
1A�
15
16
17
18
14
aa
21
22
23
24
25
26
2'7
28
24
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Product Data
1. EXterior Coating
a. Ma#erial data
b. Applicatzon recommendations
c. FieId touch-up procedures
Z. Heat Shrink Sleeves, if applicable
a. Ma�erial data
b. Installation z'eoammendatians
3. .Toint Wrappers, zf applicable.
a. Material data
b. Installation recommendataons
4. Mixes
a. Mortar far interiar jaints and patches
h. Bonding agents for patches
5. GasT�ets
�
B. 5hap Drawings
1. Wa1! �thicknes� design calcu�ations seaIed by a Licensed Professional Engi:n�er in
Texas incIudiz�g:
a. Intemal pxessure '
1) M�imuzx� design pressure � �
2) Surge pr�ssure .
b. Extez-nal pressuz�e
1) Deflection �
2) Buckling
3} Extrexn.e loading conditions
c. 5pecial pktysicalloading such as supports or joint desi.gn
d. Thermal axpansion ar�:d/or contraction
2. Thrust restrainf calculations �for aII fitfings and valves including fihe resi�•az�zt length
sealed by a Licensed Professianal Engineex in Texas fo verify the res�raint lengtlis
shown in the Drawings.
CIT'Y OF FQI�T WORTH NORTHPQTI�TTP 2¢INCH WP,TER TRA?�15NiI53I0N Iv1A1N (N4-lA)
STANDARI] CONSTRiJCTION 9PECIFICATION DOCUMENTS City Project No. 1d3505
RevisedT}ecembcr2p, 2a12
a3 i1 14 - s
B�[JRIEI] STEEL PIPE A1V17 FITTINGS
Page S af 27
1 3. Fabrication and Iay drarvings showin� a schematic location with profiie and a
2 tabuiated layoui schedule that is sealed by a Licensed Frofessional Engineer ita
3 Te�s and includes.:
4 a. Pipe class
S b. Joint types
b c. Fittings
7 d. Outlets
g e. T�ust Restraant
9 f. Station'vn.g (in accardance with the Drawzngs)
�p g. Transitao.ns
I1 b. .Toint d�flec�ion
12 i. Interior lining
13 j, Outlet locations for weldin�;, ventilatian, and access
14 k. Welding xequirernents and provisians for thermal stress control
15 C. Certificates and Test Repor�s
Prior ta shigm�nt o�the pipe, the pipe manufacfurer shall submit the folinv,�ng:
a. A Certificata af Adequacy ofDesign stating that the pipe to b� £urnished
coYnplies with AWWA C200, AWWA C205, AWWA C2i0, AWWA C222
and t�iese Specificaii�:ns_
b. Copies of results of factory hydrostatic tests. shall ba provided to the Engineer.
c. Mill certificates, including chez�ical and physical test results for each heat of
steel.
d. A Certified Test Report from th.e polyurethane coat�ng manufacturer indicating
that the coatings were applied in accordance with manufacturer's requiremenis
atad in accordance with this Specification.
e. Certi�ied test reports for welder certification for factory and field welds in
accordance with AWWA C20Q, Sec�ion 4.11.
f. Cezti�ied test reports far cement martar tests.
g. Certi�ed test reports for steel eylinder iests.
16
17
18
19
20
21
22
23
2�
25
26�
27
28
29
� 1.
30 1.7 CLOSEOi7T �i[JBMITTALS [NOT USED]
31 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D�
32 1.9 QUALxTY ASSUR�INCE
33 A. Qual.ification.s
34 � 1. Manufac�uz'ers
35 � a. �hall be certified under S.P.F.A. or I.S.O. qualiiy certificatian program for steel
36 �. pipe and accessary manufacfuring .
37 : b. Fiaished pipe sha11 be the product of 1 r�anufacturer.
3$ c. Pipe manufacturing operations {pip�, lining an.d coatings) sha11 be perfarmed
39 under the con.trol of t�e manufacturer.
�}p d. The pipe manufaaiurer sk�all not have less tha� 5 years successful experience
�1 manufacturing pipe of the particular type and size indicated or der►�onstraie an
42 experience record fihat is satisfactozy to the Engineer and City.
43 1) Tlais experzence record will be thoroughiy investigated by the Engineer, and
�4 acceptance will be at the sole discretion of the Engineer and City.
q.5 2) Pipe manufaciuring nperations (pipe, �ittings, lining, coating} shall be
,�6 perfornaed at 1 location, unless ather�ise approved by the E�zgineer.
CITX OF FORT WOKTH NdItTHPOINTE 24-TI�TCI3 WATEA TRAN5MI5SIOPF MAII� (N4-lA)
STA1�iDARD CDN5TRUCTI01�15PECIFiCATION DOCUMENiTS Cify Project Nv.103505
ReviSed December 2�, 2012
331114-6
�iJRTED STEEL PIYB ANA PITTINGS
1'age & of 27
1 e. Manu�acture pipe in accordance with the latest revisiorzs of AWtiVA C200,
2 AWWA C2Q5, AW WA C210 a.nd AWWA C222.
3 1.10 D�LIVERY, STORAGE, AND HANDLING
4 A. Packing
5 1.. Frepare pipe for shipment to:
� a. Afford ma�cxmuxn pratection from normal hazard af transportatian
7 b: AIIow pipe to reach pxoject site zn an ttndaznaged condition
8 ti 2. Pipe daznagecl in shipment shall not be delivered to the project site unless suci�
9 damaged pipe is properly r�paired.
10 3. After the complet�d pipe atxd iittings have been z'emoved firom the fina.l cure at tlae
11 mariufact�aring platzt. ,
12 a. Protect pipe lining frorn drying by zr�eans of plastic end covers bat�ded to the
13 pzpe ends. .
1� b. Mainfiain couers aver the pipe ends at all �imas until ready to be installed.
15 c. Moistur� shall be nrzain#ained inside the pipe by periodio additinn af water, as
X 6 necessary.
17
18
19
2Q
21
22
23
2�
25
26
2'7
28
29
3Q
31
32
33
34
35
36
37
4. Pzpes shalI be carefully supported during shipment azxd stoi•age.
a. Pipe, fitti�gs and specials shall be separated so tha� they do not bear aga�nst
each oth�r and the whole loac� shall he s�c�reIy fastened to prevent movement
in transit.
b. Ship pipe on padded bunks witl� tie-down straps approximately over stuIling.
c. Store pipe on padded skids, sand. or dirt be:rms, tires or other suitable mean.s to
profect the pzpe from dazr�age.
d. Each end of eaci7 length of pipe, fitti:n:g or speciai and the middle af each pipe
joint sha� be i�zternally supported and braced with stuIls to maintain a true
circuIar s�ape.
1) Intez-nal stulls shall consist afti�nbar o�• steel �rmly �vedged at�d secured sa
thaf stulls remain in pIace during stnrage, shipment and anstallation.
2) Pipe.shall he z•otated sa tktat 1 stull rernains vertical duritig storage, .
ship�e:nt and installation.
3) At a rr�,iriimum, stulls shall be placed at each ezad and centex,
a) Addit�onal stulls may be required depending upon the length of the;
joints and pipe design.
4) �tulls shaIl not be removed un.til backfill operations are complete �
•. {excludi�.g iina.I cI�an up), utzless it can be dernonstxated to t�ae City's
� satisfaction that reznovart af stuIls will n:ot adversely affect pipe installatao�.
B. Delivery, Handling, and Storage
3g 1. Once #he �irst shipment ofpipe has been delivered to fhe sita, the Engineer and the
39 Cont�•actnz shall inspect the pipe's interioz• co.ating for excessive crackip.g,
4� 2. If�exeessiv� cracking zs found, fhe Contractor sha.�I :r�aadify sl�ipping procedures to
41 reduce ar eliminate cracl�ing.
42
43
44
4S
Deliver, handle and stare pipe in accordancc vaith the znanufactuz�er's
recommendations to protec� coating systems.
4. Seeure and maaniain a Iaca�ion to store the material in accardance with Sec#ion 01
6� 00.
CITY OF FORT [VORTA NORTHPOINTE 24-1NCH pJATEK TRA1+15Mi5SION MA� [N4-lt�,)
STANDAI2D CdNSTI2UCTI0Af SPECIFICATION DOCUMENTS - City Project No, 103505
Revised Decern6er 2a, 2a12
33 11 14 -7
BUILIED 3TEET. FIPE AND �'ITTINGS
Page 7 aP27
1 1.11 FIELD CONDTT`XONS [NOT USED]
2 1.12 WARRANTY [NOT US�D]
3 PART2- PRODUCTS
4 2.7. OWNER-FiTRNZSIiED [NOT USED]
5 2.2 EQUIYNlENT, PRODUCT TYPES, AND MATER�ALS
6 A. Manufacturers
� 1. On1y the zxzanufacture�s as listed by the City's Standard Prod�.cts List wi�l he
g cansidered as shown in Section 01 50 40. ,
g a. The manu�'acttuer must comply with ihis Specification and related 5ectzons.
10 2. Any product tlaat zs not listed on the Standard Product� Lisi is considered a
�� substitut�on and shaIl be submitted in accordance wit� Section 0125 OD.
12 B. Materials
13 1. Genera�
�4 a. Pipe shall be manufactured in accordanc� wifih the latest revisions of AWWA
15 C200, AV�WA C205, AWWA C210 and AWWA C222.
16 b. A11 pipe lining xnate:ria! in contact with potable wafer sh,all meet the
17 requirements of NSF 51.
18
19
20
21
z2
23
2A�
25
26
27
28
29
36
31
32
33
34
3S
3b
37
38
39
40
41
42
43
44
2. Exterior Polyurethane Coating
a. Far Fipe:
1} Polyux�thane Coating shall ba factory applied atad meet the requirements of
AWWA C222. Use a Coating Standard ASTM D16, Type V systern which
is a 100 percent solids, 2-coznponent polyure�I�ane (or 2-paakage
polyisacyanata, polyal-curad urethane) coating.
a} Co�.ponents sYtall have balanced viscosities in their liquid state and
shall not require agitatian during use.
, b) Canversion tn Solids by Volume: 97 percent � 3 percent ,
', c} T�r�aperature Resistance: Minus 40 degrees F and plus 150 degeees F
d) Minimum Adhesion: 1500 psi, w�aen applied to steel pipe which has
� been blasted ta comply with SSPC SP 10/NACE No. 2
(1) Cure Time: For hand.�ing in 2-3 minutes at 120 degrees F and fii�l
cure within 7 days at 70 degrees F _
e) Nia�imum 5pecific Gravities
(1) Pol.yisocyan.ate resin, L2Q
{2) �'olyol resin, 1.15 �
� Mi�i�nu�n Impact Resistance: 80 rz�ch-pounds i�sing 1-inah diameter
steel ball
g) Mini�aaum Tensile Strength: 2000 psa
h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in
accordance with ASTM D22A�0
i) Flexibility Resistance
(1) ASTM D522 using 1-inch mandrel
(2) Allow cnating to c�re for 7 days.
(3) Perform testing on test coupons held for 15 minutes at temperatuz'e
extremes specified a�ove.
GITY OF FORT WOIiTH �TORTHPOTNTE 24-�TCH WA'I�R'fRADI5IV.[ISSIOTT MAIN {N4-iA)
STANAAIZD CONS'TRUCTION SPECTFICATION AOCi]NIPsNTS City Praject 1�Io. J 035D5
Revised Aecember 20, 2012
33 11 14 - 8
B1[7RIED STEBL PTPE AND FTTTINGS
Page S af 27
�
2
3
4
5
5
'�
8
9
10
1I
I2
13
14
15
I6
17
18
19
20
21
22
23
24
25
26
27
28
29
3fl
31
32
33
34
3S
36
37
38
39
4Q
41
42
43
A4
45
46
47
48
3
4.
$
Q
j} Dxy FiIm Thickness; 35 mils
k) Coating shall be a se]f prinaing, plural con�.ponent, 100 percent soIids,
non-extanded polyuxethane, surtahle �or buzial or ztnmersion and sha11
be:
(1} Corropipe II Omni as manufactured by Madison Ch.emi�aI
Industries inc,
{2) Durashield 21Q as manufactured by L'zfe�,ast, Inc., or
(3) Protec II, as manufactured by I'I'W — Fuf�:ra Coatings, Inc.
2} The caating mataufacturer sha11 have a zninimum of 5 years �xperience in
the production o�this type coating. '
b. For Specials, Fit�ings, Repair and Connections
�) Provide shop-applied and feld-applied coating as follows:
a} Canropipe II Qznni, and G�' II {B} Touch-Up, respectively, as
manufacit�red hy Madison Chemica� �dustt7es, or
b) Duraskaield 21Q, Durashield 310, or Durashield 310 JA1�S as
manufactured by LifeLast, Inc., or
c} Prat�c II, or as recommended by the coating xnanufacturer.
d) Propertzes specifzed above.
e) Mix and apply polyurethane coatings in accordance with the oaatrng
ma�ufacturer's recommendations.
Cement Mortar Linings
a. Cement mortar lir�ings shall be shop-applied.
b. Shap-appIzed cemezat znortar Iinings shalI cor�'orm to the requirezn.ents of
AWWA C205 with fhe following modificatians;
1) Sand used for ce:ment mortar sha12 he silica sand AST`M C33.
2) Curizag of the linings shall conform to th.e requirements of A�VWA C20S.
Crasl�ets
1) �'Iange irz accordance with AWWA C207.
2) Provide Gaskets in accordance sr,�ith 5ection 33 I 1 05.
5. BoIts and Nuts
a. Flanged Ends
1) Flange in accordance wit�. AWWA C207,
2} P�•ovide hoIts and nuts in accordance with Section 33 11 Q5.
b. �'lange Coatings �
a. Flange Caatings in accordance with Seotian 33 17 Q5.
7. Steel sha11:
a. Meet the requirements ofAWWA C200
b. Be of conYinuous cast�g
c, Be ho�4geneous
d. B� suitable for field welding
e. Be fully kilned
f. Be �ne austanitic grai� size
Bend Fitt:ings
a. Fabxicate all ftt�gs from hydrostatically tested pipe.
b. Al� bend fitiings sh.aIl be Iang radius to pertnit easy pa�sage afpipeline pigs,
Threaded �utlets
a. Where aut�ets or taps are thread�d, Threaded witli CC Threads and furnish and
install brass bushings for the autlet size iz�dicated.
CITX OF FORT WORTfI 1VORTHPOINTL 24-INCH WATER TRANSMISSION MA1N (N4-lA)
STAIQDARD C�rISTRUCTIO�T SPECIFICATION DOCYIlvIS1VTs City Project Na. 1035D5
Revised December 20, 2012
33 11 14 - 9
B�CTRIE?D STEEL PIPE AND F�'1'TINGS
Page 9 af 27
7. 10. Weld Lead Outlets
2 a. Use of threaded outlets for ac�ess for weld Ieads is permitted.
3 b. Additzonal outlet configurations shall be approved by the Engineer.
q. c. Outlets shall be welded af�er use.
5 11. Mixes
6 a. Mortar for Joints
� �) Mortar sha1l be 1 part ceznent to 2 parts sand.
g 2) Cem.ent shail be ASTM C150, Type � ar II.
g 3) Sand shall be of sharp si�ica base.
Xp a) Sand shal� canform to ASTM C1.44.
z� 4) Intarioz' joint mortar shall be znixed with as little water as possible so tlaat�
�Z the m.artar is very s�iff, but workable.
13 S} Water for cement mortar shall be from a potable water souz'ce.
14 6) Mor�ar for paiching shall be as par in.terior 3oints.
15 b. I� onding� Agen# �
16 1} Bonding Agent far Cement Martar Lining must meet N5F 61, if cement
17 lining is in contact with potable water. ,
1 g 2) Bonding agent for cement mo�tar iiniug patchi�g sha�l be:
19 � a) Probond Epo�ry Bonding Agent ET-150, pat�s A and B
�p b) Sikadur 32 Hi-Mod, or
21 c} Approved equal
�2 12. Heat S�u'ink Sleeves for Palyurethane Coated Steel Fipe
23 a. Pri�mer: Provide as recommended by the sleeve manufacturer.
24 b. FiIler Mastic: Provide ixi.astic �iller as recomm�ended by tkie heat shz�k slee�e
25 �nanufacturer.
26 1) Size and type shall be as recQmmended by the sleeve manu�acttu�er for type
2� ofpipe and joint.
2g c. Jaint Coating: Cross-linked polyolefin �rrap ar sieeva with a mastic sealan.t, SS
Zg nr�ils total t�iickne.ss, surtable for pipeline aperating temperature., sleeve mat�rial
3p reco�ery as recommer�ded by tl�e �aanufacturer.
31 1) High recovery sleeves shall be provided for bell and spigot and coupling
g2 style joints with a minimum af 50 perc�nt recovery, �•,
33 2} Sleeve length shall pxavide a minimum of 3 inches averlap onto intact pzpe
34 caating att each side of the join.t.
35 3) Width to take info consideration shrinlcage of fi�ie sleeve due to ins#allation
3b and joini profile
37 d. Heat slv�ink sleeves shall rneet AWWA C216, as manufactured by:
3g 1) Caz�.usa
3g 2) Raychem, or
40 3) Approved equal
4X e. Frovide heat sl�xinl� sleeve suitable to interior jaint welding without damage to
42 heaf shrink sleeve.
43 C. Perforzx�anc� / Design Criteria
44 1. Pipe D�sign
4� a. Stee1 pipe s�all be designed,. manufactured and tested in co�aformanee with
�6 AVJVIrA C204, AWWA M11 and these Specifications.
4� b. Sizes and pressure classes (warking pressure} shall be as shown below.
4$ c. For t�e purpase of pipe design, tke transient gressure plus working pr�ssure
49 shall be as indicated below.
CITY UF FORT WORTH N�RTHPOINTE 24-INCH WAT�R TRANSMISSION MAIN (N�4-lA)
STANDA,RD CONSTf�UCTIOM SPT�CIFIC?.TION DOCT�MENTB C'tty Pioject No. 103505
Iie�ised Decembar 2D, 2012
33 1 l 14 - 10
BU�iIED STEEL. PIP� AND T2TTING5
I
2
7
9
10
11
12
I3
�14
15
16
I7
18
19
20
21
22
23
24
25
2b
27
28
29
3Q
3I
32
33
34
3S
36
37
38
39
4Q
41
42
43
4�
45
46
47
48
49
d.
e.
f.
�•
h.
2. Provisions %r Thrust
a. Thrust at bends, te�s or afhex fttings sha11 be resisted by restrained joints.
1) T.hz-ust at bends adjacent to casing shaII be restrained by welding joints
ihraugh the casing and a suf�cient distazzce each sid� of the casz�g,
�) �'he distance %r tk�rust res#raint shown on the Drawings is the �inimum
restraint and do�s no� reiieve the manufacturer from calculating the rest�aint
needs as specified h�z'ein.
a) Zn azo case shall f,he restrained distance be less tha.n indicated an the
Drawings.
Page l0 of 27
Fi�tings, sp�cials and connections shall be des:igned for the same pressures as
the adjac�n� pipe.
Pipe desigt� shall be based on t�ench conditions and the d�sign pressure in
accordance with AWWA M1 I; using the foIlowing parazneters:
1} U�it Weight of Fi11(i� � 130 pounds per cubic :foot
2) Live Lnad
a) = AASHTO HS 20, at all lacations except at ra�lroads
b} � Cooper E80, at �ailroads
3} Trench Depth = As ixi.dic�.ted in Yhe Drawings
4) Deflection Lag k'actar {D�} � Z.0
5) Coefficient (K) = 0.10
6) Maximum Ca.lculated Deflection:
a) Dx = 3 percent (fo�• polyurethat�e coated pipe)
b) Dx = 2 percent (�ar cement m.oz�ar coated pipe)
7) Soil Reactian Modulus (�') � 1,Q00
S). 'VJorking Pressure = 154 psi
a) Test P:ressure �
(1) No Iess than 1.25 zx�inimurn tirn:es the stated working pressure {1$7
psi minimutx�) of the gipeline measured act the highest �le�ation
along the iest section.
(2) No less than 1.5 tirr�es the s#ated working pressure (22S psi
zninimum) at the lowes# ele�atian of F.he test section.
9) 5urge A1lowance = I00 psi, mizlimuin
a} W�'i�z'e Tota] Pressure {including surge) =150 psi + 1 pQ psi = 250 psi
�it�ir�gs and specials shall be:
1} Designed zn accordance with AWWA C208 azad AWWA M11 except that
crotch plates shall be u,sed for outlefi reinforceznent for all �ressure
Diameter,Values, PDV, gr�ater than 6,040.
Where the pipe requires addi#ional extexnal support to achieve the specified
maxirnum deflectio�., the Contractor and pipe supplier txriIl be reql.uz'�d io
i'urr�sh alternate naefhods far pipe embedm�nt.
1) No addztional campensatian wiIl be made to the Contractor by the Ovvner
where this method is requi.red,
�'rench depths ind�cated sha1l be vari�ied aftez• existing utilities are lqcated.
1) Vertical alzgament chazYges requzz'ed becaus� of existing utility or oYher
conflicts shall be accommodated by aax appropriate change in pipe design
depth.
2) Ln no case shalI pzpe be installed deeper than its desigz� allows.
Fie1d fabrication� or cufting is not allowed, unless atherwise approved by the
City.
CiCY OP FORT WORTH NdRTT�POINTE 24-1NCH WA'�ER TRANSMi55I01� MA[AT (IV4-lA)
STANDA1tD CdNSTRUCTION SPECIFTCATION DdCUMENTS City PrajectNa. 103505
lZevised Decemb.er 20, 2012
33 11 14 - 11
BURIED 5"I'EL'L PIPE AND FITTTNGS
Page 11 af 27
2
10
il
12
I3
I4
i5
16
I7
18
19
20
ZI
22
23
24
ZS
26
27
28
24
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
b.
c.
d.
Restrained joints shall he used a sufficient distance from. each side of the bend,
tee, plug or other fittin.g to resisti thrust which develops at the design pressure of
the pipe.
Rest�ained join.#s shall consist of welded joints.
Tha length of pzpe designed with restrained jaint5 to resisi thrust sha11 be
verified by the pipe manufacturer in accordatzce with A'iTt�V+7A Ml l and the
following:
1) The weigl�t of the �arth (W�} shall be calculated as the weight of the
projected soil prism above ihe pipe, far unsatwrated soil conditians
2} Sail Density = 110 pounds per cubic foot (xnaxunum value to he used}, for
unsaturated sail conditions
3) Coefiicient of Friction = 0.25 (maxunum value tfl b�. used for polyureihazae
coated steel pipe).
4) If indicated on. tha Drawi:�gs and the Geatechnical Borings that �round
water is expected, account f�r reduced snil density.
5} For harizonial bends, the length of pipe to b� restrained shall be calculated
as fbllows:
Where:
L= PA 1—cas�
f (2Wc+ WP -k� Ww)
0 = Deflection angle
L= Length of pipe to be restrained on each side
P = znternal pressure
A= Cross sectional area of pipe stasl cylind�r I.D.
We = Weight of prism af soil over tlae pipe
WP = Weight ofpipe
Ww = ViTeight af water
f= Caeffieient af fric�io� between pipe and soil
3. Tnside Diameter
a. The insida diaineter, inciuding the cement-mortar Izning, shall be a rnina�num oi
tlae noniinal diametar af the pipe speci�ied, unless otharwise indicated on the
Drawings.
4. Wa�l Thickness
a. The minimum pipe wall steel tlaickness shall be as designed, but not Iess tk�an
0.25 inches or pipe D/240, �vhichever is greater for pipe arid fitiings, with na
minus tolerance, wl�ere D is ti�e no�ninal ix�side pipe diat�neter.
b. 'W�ere indicated an f.1ae Drav�ings, pipe and fit�ings shall have tlaickar ste�l pipe
wall.
c. The minimurzz steel wa�l thicl�ess shall also he such tYZat the fiber stress shall
nptexceed:
i) 50 percent of the minimurr� yield streng�kz of the steel for working pressure
and
2) 75 percent oi the minimum yield s�rength of thc steel at the maximum
pressure (incl�tding transiant pressure), nor the following, at the specified
warking pressura:
CiTSC OF I'OTLT WDRTT� NORTHAOI�TTE 24T1VCH VdATEK'T'RA.NSMISSION MAIN (I`T4-tA)
ST.qNDARD CDNSTRUC"iTON SPECTFTCATION T30CiJ1V[�NTS City Project No. 103505
Revised December 20, 2012
33I] ]4-I2
BiTRIED STEEL PIPE A1�7D FIT'C[NG5
Page 12 of 27
1
Maximu� Stress at
Pi e e Workin Pressure
Pol urethane Coated SteeI 23,D00 si
Mortar Coatad Steel NOT USED
2
� d. Pipe whicla is placed in easing ar furuiel sk�all have a minimum p'rpe wa11 stee]
4 thickness of 0.375 inches ar pipe D/144, w�ichever is greater, where D is tha
5 nominal pip� dia�n.eter,
6 e• Pipe, fit�ings az�d specials shall be designed sucJ� that the maximum stresses in
7 the pipe due to thrust loadtng wilI nat exceed 18,Q00 psi.
8
9
10
II
12
13
I4
15
16
17
18
19
20
21
22
23
24
25
.26
27
28
29'
�a
31
32
33
34
35
36
37
38
39
a.a
41
42
43
44
45
5. Seams
a. Except for mill-type�pipe, the pip.zng shall be rnade from steel plates xoiled into
cylinders or sec�ions thereof with ttae longit�zdznaI and girt�: seams buff welded
or shall be spirally fornted and butt�welded.
T} The�e shall be not more than 2 lot�gitudinal seams.
2) Gi�th seatns shall be butt �elded and sha11 nat he spaced closer than 5 feet
except in specia�s and fitiings.
6. Jaint Length
a. Maximurn joint length. �halI not exceed 50 feet.
b. Maximurtz joint Iengfh of steel p�pe instaIled in casing sha1l mee# Y,he project
requirem:ents.
c. Ma�ufactured random segments ofpipe will not be permiited far stra�ght r��as
of pipe.
l.) Closing piece segrn:ents, however, shall be acceptable.
7. 7oirit Bands, Insulated Conneetions and �'lange Graskets
a, Joznt Bonds, Insulated Connec#ion, and Flange Craskets shalI be in accordance
vvzth Sectiv� 33 04 10.
$. Bend Fittix�ga
a AlI bend �ttings sha11 be long radius to penmit passage oipipelizae pigs.
9. Pipe Ends .
a. Pipa ends shaIl be:
1} Lap welded slip jaints `
2) $utk strap j otnt
3) Flangedj�ini
4} Flexibl� noupled joint .
5) RoII groove gasket joint
b. Pipe ends shall be welded or hatnassed where ind'leated and as necessary to
resist thrust foz'ces.
1) Thrust at bends adjacent to casing shal� be �restrained by welding joznts
#hrough the easing and a sufficie��t dis#ance each sida af the casing,
c. Rubbex Gaskat .Toint
I) Rubber gasketed joinfs {�-ring or Carnegie Join,ts) wilI oz�ly be allowed for
pipe sizes 54-inch diameter and smaller.
2) Joints shall con�nrm to AWWA C20Q standard.
3) The joints sha21 consist o%
a) BeII
(1) Fra�•ed bell end foi�zaed arzd sized by forciug the pipe or a plug die
oz' by expanding on segm;enial dzes,
CTTY OF FQRT WOATFI NORTHPOINTE 24-]NCH VVATER'I`�tAIQSMISSTON MAIN {i�i4-]A)
ST'ANDARD CONSTIiUCTION SPECIFICATIpN DOCUMENTS Cit3� ProjactI�o. ]03505
Ravised December 20, 2012
33 11 14-13
Bi1RT�17 STEEL PIPE ANp k'ITTTNGS
Page 13 of 27
1 b) Spigo# .
2 (1) Rolled spigot o� carnegi.e shaped steel jaint r�ng in accordance with
3 AWWA C200 and as shown as Item F or H in Figure 8-1 of the
4 AWV�A M11.
5 4) The welded area of be� and spigot pipe ends shall be chec�ed after fonning
6 by the dye pez�etrant ox rn.agnetic particle methad.
� S) The difference in diameter between. t�e interiar diameter (I.D.) ofthe bell
g and the outer diametear {O.D.} of tk�e spigat shoulder at point of full
9 engagement with an allowable deflectson shall be na more than D.04 inck�es
�p as measured on the circumferenc� with a diameter tape.
11 6) The gasket shall have sufftcie�nt voluzaae to appro�ciz�aately fiIl the area of the
1z groo�e and sha1l confozxn to AWWA C200.
13 7) The joint shall be suitable for �he specified test and/ax surge pressure and
i� de�.ection.
15 � 8) Joints sha1l be of clearan.ces suc3� that water tightness shall ba provided
15 un.der aIl operatiug and test conditions with a pipe diameter deflection
�� based upon the supplied pipe coating.
18 9) 7oints shall he electrically continuous.
19 d. Lap Welded 51ip 3oir�t
Zfl 1) Lap vvelded slip joint sha11 be provided in a111ocatinns £ox pipe larger than
Zl 24-inchas and wlaere joints are welded for thrust restraint.
Z2 2) Lap welded slip joints may be welded from the inside or outside,
23 3) Ends of pipe, fittings and specials for field welded jozuts shall be prepared
24 with 1 end expan.ded in orde:r to reeeive a plain end making a bell aud plai.n
25 end type of joznt.
26 a) Clearance between the surfaces oi lap joinis shall not excaed1/8 inch at
27 auy point around the periphery.
28 4) Tn addition to tk�e provi.sions for a minimum 1ap of l.'/Z inches as specified in
29 AWWA C200, the depth of bell shall be such as to provi.de €or a�ainimum
30 dista.nce of 1 i:nch between the weld and the nearest ta�gent af the bell
31 radius when wetds are to be located on �e inside of tiae pipe.
32 e. Fittings with Flanges
33 1) Flanged joints shall be provided at cormectians to valves and where
34 indicaxed on the Draw�ngs. ,
3g 2) Ends to be fitted with slip-on flanges shall have the lo�gitudinal or spiral
36 welds ground �lush to acenmrn adate the type of fianges pravided.
37 3) Pipe flanges and welding of iiang�s to stee� pipe shall conform to the
'�3g requ�rernents of AVJWA C2D7 at�c� A�WA C206.
�g 4} Pipe �anges s7��11 be of rated pxessure equal to or greater than fi,he adj acent
q,6 pipe class. ,
r}1 5) Flanges shall match tlie fittings ar appurtenances which are ta he atYach�d.
q.� � 6) F'langes sha11 be Class E�vith 275 psi wox�ing pressure in accordance with
43 AV�'4VA C207 az�.d drilled in accardance �rith ASME Bl.b.l CIass 12S for
�}� a.�eas designated witia a 225 test pressure.
4S 7) When Isolation Flanges are required by the Drawings, Drillings slaall
e}6 accornmadate tY�a required spacing for nnylar sleeves according to Sectson
,47 33 44 ID.
�g f. Flexil�ie Couplings
4g 1) Ftexible cauplings shalI be pxovided where speci�'ied an the Drawings,
50 2} Ends to be joined �y flexible couplings shall be:
CITY OP FORT WOR'I'H NQRTHPOINTB 24-INCH WAT'ER TRANSIirIISSTON NlAiN (N4-Itl)
5TA?!TDAR17 CONSTKLTCTION SPECIFICATIONDOCi3MENT5 City ProjectNo. 1Q3505
l�evised December 20, 2012
33 I7 74 - 14
BC3RIED STEEL PIPE A1VD FIT1"iATC',S
Page 14 of 27
7 a) Flain end type, prepared as stzpulated in AWtiVA C2Q0.
2 h) Welds on ends to be joined by couplings sha11 be ground flush to
3 pertnit slipping tlae coupling iz� at least I direction ta c.Iear the pip�
4 j oizat.
S c} Harness bolts and lugs sha�l coznply wi� AWWA MI 1.
� g. Buft Strap Ciasure Joints
7 1} Wlzere necessary to make closure to pipe previously 1aid, closure joints
� shalI be instail�d using butt strap jaiz�ts i� accordatice with AWWA C206
9 and applicable provisio�;s of this Specification.
10 10. Polyurefhane Coating
lI a. Applicator Qezali�cations
�2 1) Equipment shalI be certi�'x�d by the coating manufacturer to nn.�e� the
13 requzz'ements for; �
1� a) Material �zixing �'
15 b) Temperature controI
Y 6 c) Applicatio:n rate
1�1 d) Rafiio contral for mutti-part coatings
1 g 2} Equipment not mee�ing the vv:t�it�en requir��nents of the coating
19 matauf'acturer s�all be rejectad for coating applicatiqn until repazrs or
Z� repIacer�a.ent of the equipment is macle to the satisfactio� o�ihe City,
2� 3} Personnel responsible for the appIication of the coating system shall;
22 a) �rovide certificatzon of aftendance at fi.1�e coa�ing manufacturer's
23 traini�g class within. the last 3 year�
24 b) Se present during all coatir�g application work a,nd shal] have
25 responsibility for cantrollir�g a11 aspects of t.�e coating application
2� b. Surf'ace Preparatioz�
27 1) Rezzaove visible oiI, grease, dirt anc� contamination i�r� accordaz�ce with
28 S��C SP 1.
29
30
31
32
33
34
3S
3d
37
38
39
�44
�I
42
43
44
45
46
47
48
2} Remove surface imperfectzoz�s such as z�.etat slivers, burrs, weld splatter,
gouges oz• delaminations in ihe metal by filing or grfnding prior to abrasive
surface pzeparation, t
3} In coId weather or when moisturc oollects an the pipe at�d the tempe:ratu�•e
of the pipe is less thaa145 de.gt•ees F, preheat pipe to a teznperature between
45 and 9Q degrees k` and 5 degrees �' above de� po.int.
4) Clean pipe by abrasive b�asting wit� a xnixtuxe o� steei grit and shot to
produce #1ae surface preparation cIeanliness as r�quired by coating
znanufacturer and as specified.
a) Recycled abrasive s�all be clearzed of debris arad spent ahrasive in an
air wash separator. -
S) Blast :rnedia mixtuxe �nd gradation shall b� adequate fo achiave a sharp
anguxar sur�ace pxo�tle as required by coating manufacturer and to the
minimum depth specified.
6) Protect prepared pipe from humidity, moist�re and rain.
7} i{eep pipe elean, dry and free o��fash rus#.
a) Reznove a11 flash rust, imperfections or conta.mination on clea.rzed pipe
surface by reblasting prior to primer application.
8} Compiete priming and coating of �zpe in a cantinuous operation the same
day as surface preparation.
CITY Ok' F6itT WORTH NORTHI'�TI�TE 24-IhICH W.4T�R TRANSMISSI6N Mt1IN (I�ig-lA)
STA.IV7]Al2D Cq1Y5TRUCTION SPECIFICATIQI�T T�OCUMENTS City Praject No. 1 p35Q5
Revised December 20, 20 ] 2
33i1 1A-15
BURTED STEEL PTPE A.A1D FITTIhTGS
Page 15 of27
1
2
3
�
5
6
'7
8
9
ID
11
12
13
14
:1S
16
17
18
19
20
21
22
23
2�4
25
25
27
28
29
30
3I
32
33 ��
34
35
35
c.
d.
e.
f
�•
h.
9) Abrasive blast exterior surfaces in accordan.ce with SSPC SP 10/NACE Na.
2; to a near-white blast cleaning witk� a miniz�nury 3.0 rnil angular prafile zn
bare steel.
Equipment
1} 2-companent, h�ated airless spray unzt in accordance with coating
mantifacturer's reco�rsmendatian
Temperature
I} Minimum S degrees F ahove dew pointtempe:rature
�a) 'The temperatuz'e of the su�'f�ce shall not be less than ba degrees F
during application.
Hurtiidity
1) Heating of pipe su:rfaces may be requixed to meet requi�em.ents of tbis
Section if relative humidity exceeds $0 percent.
Resin
1) Do not thin or mix resins; use as receit�ed.
2) �tore resins at a te�r►pez'ature recammended by the caating manufacturer.
Application
1) Applicator shall be certi�ied by tke coating znan�f'act�u�er and canforix� to
coating manufacturer`s recomnaea�dations.
a} Thinivr�g is not pet�itted.
2) Apply directly ta pipe to achie�re a�otal d�y film thic�ess (D�'T) of 35
rniis.
3} Multiple�pass, 1 coat applicatio� process is permitted provided maximum
allowable recoat time specified by coating nnanufacturer is nof exceeded.
q.) T'ro�ide cutbacks in accordance with coating manufaeturer's
recommendations as appropriata for the ty�ae of j oint aud heat shrink sleeae
, ta be used.
Recoating
1) Recoat only when cnating has cured Iess than maxinrzum time specified by
coating man►.�facturer.
2) When coating has cured far more than recoat time, bxush-blast ox
thoroughly sand the surface.
3) Blow-ofF cleaning using clean, dry, high press.ure compressed air.
Curing
1) Do not handle pipe until coa�ing iaas been a.11owed ta eure, per
manufaeturer's recomrn.endatians. �
�� �,3, ACCESSORIES [NOT USED]
38 2.4 SOURCE QUALITY CONTROL
34
4Q
41
42
43
44
A. Marking far Iden�ification
1. For each 3oint of pipe aa�.d eac� fitting, plainly mark on � l. end:
a. Class for wlaich it is designated
b. Date of manr.ifacturer
c. Identiftcation number
d. Top centerlines shall be marked on all specials
45 B. Factary Testing
4� I. ��Cemez�t Mortar �ining - Shop-applied cement mortar 1lnings shall be tested iz�
�7 accordance with AW4VA C205.
CI'�`�C �F �ORT WORTH YYOTtTHPQINTE 24-IPiCH WATEIt TRA1+151VIIs5iQAT MAIN {Nk-1A)
STANAARD CON5TRl7C'I'I01`I SP�CIEICATION DO�LRvIENTS CiCy Project 1�a. 1U35D5
Ravised T)ecemher 20, 2012
33 11 14 -1 �
BLTIi]Bb ST�EL PTPE ANA FITTINGS
X 2.
2
3
4
5
6
7
9
'�0
11
12
13
I4
15
16
7.7
18
19
20
zi
22
23
24
25
26
27
28
29
�a
31
32
33
34
35
36
37
38
39
40
4I
42
�3
�4
Page 16 qf27
Palyurethane Coating - The polyurethane coating sha116e tested in accordance with
AWVJA C222,
a, Thickn�ss: Test thi.ckness of c�ating in accordance with SSPC PA 2.
1} Test coating s�stem applied to the pipe for halidays according to #he
procedures outlined in NACE SPO1$8 using a high voltage spark tester
(ope,rating at 1D0 volts per miI), for the ctry fiim ttuckness (D�T) specif ed
of 35 mil.
b, Adhesion T�sting
1) Polyurethane coatings or Iinzngs sha.IZ k�av� an adhesion to s#eel of 1,SD0
pounds per square i�ztch, minibaum �
2) Test palyurethane coating ad�a�sion to steeI substrates using pneumatic pull
off equipment, such as HATE Mode11 d& or Delfesko Posites#, in
accordance with AS'I'M D4541 and AWWA C222, e�cegt as m.odified in
this 5ection.
3) Adhesion test�ng records shall include:
a) Pipe identification
b) Surface tes�ed (inter�or or exterior}
c) Surface t�naperature
d} Coating Yhickness
e) Tensile �oxce applier�
f) Mode of failui•e
g) P�rcantage a� substrate �aa�ure relative of dolly surface
4) Glue doTIies far adhesion tesfing to the caating su�'face and alIowed to cura
for a rninimum of 12 hours.
a) Because of high cohesive stz'ength, scor� polyurethane coatings around
the dolly �rior to conductiug the adhesxo�t test.
5} Failure sha11 be by adhesive and. cohesi�e failure on1y,
a) Adhesiva failuY•e is defined �s separaiion of the coating from the steeI
substrata.
b) Cohesive failure is d��ned as fail�re within the coatiz�g, resulting in
eoating reznaining bath on the steel substrate and dolly.
6) Retest partia� adhesion and glue failure iithe substz'ate failure is less than
SQ pez'cent re�atzv� of the dolly surface area and the applxed t�nsion was less
than the specified adhesion.
7) Cilue �ailures in excess of the �inimum required tensile adhesion are
accepted as meeting tl�e speci�tec� adhesion requirenlents.
8) Conduct, accept and reject ad�Zesion tests an polyu�•ethane pipe caating a.nd
lining independently (whera app�cable),
9) Frequency of adhesion testing in accordan�e with AWWA C222.
10) Randomly sele�t repair patches on ihe polyurethane cqating for adhesion
tesiing in a mannar as described herein and at the discxetian of th� coating
ztaspector canducting th� adhesion tests.
a} Adhasio� of repaXz's shall be as specif ed by the coa#i:ng manufacturer
for #he type of repair.
45 C. Man�f�ctzzrer's Technician fox Pipe InstaZlatfon
46 1. Pip� Manufactuz•er's Representa#ive
CITY OF FOIZT WORTH N012THY4IIVTE 24-]1�FCH WATER TRANSIvIT55ION MAIN (N4-lA)
STAIV7JA12D CONSTRUCTION SPECIFICATIp�i DOCCIMENTS City Project No. 2 p3505
Revised DecemiZer20, 2012
33 11 14 -17
BUItTED STEBL PIP� ANA FiTT1NG5
Page 17 af27
2
l0
a. If required by ihe Engineer or requesied by the Ca�.t�ac#or duxing canstruction,
the pipe manufacturer shail fut�.zsh the services of a factory tra#ned, qualified,
job experienced techniczan to advise and insiruct as necessary in. pipe laying
and pipe jointing.
1) The techr�cian shall assist and advise fhe Contr�ctarr in his pipe laying
aperations arid shall instruct construction personnel in proper jaint
assemb3y and joint i�:spectian procedures.
2) The techn.ician is nat required ta be an-szte full time; however, the
technician sk�all be regularly on-site duriu�g the first 2 weeks of pipe laying
an.d thereaf�er as requested by the Engineer, City or Contractor.
I1 2. Palyurethan.e Coaiing Manufactux•er's Repxesentati�ve
12 a. The pipe manuiacturer shall provide services of polyurethane coating
13 manufacturer's representative and a representative from the heat sl�xink joint
�4 manuiacturer for a period o� not less than 3 days at beginning of acttial pipe
�g �aying aperations to advise Cantractar and City regarding irtstallation, including
16 but not lirr�ited to: ,
17 1) Handling and storage
18 2} Cleanzz�g and in.specting
19 3) Coating repairs
20 4) Field applied coating
z� 5} Heat siarink installation procedures
z� 6) GeneraJ. construction methods and laow they nn.ay af�feci pipe coatin.g
23 h. Representative shall be required ta reriirn if, in the opinion of the Engineer, the
24, polyuretlaatie coating or the Gantraciox's canstruction methods do not c.oz�ply
Z5 with Co17.faract 5pecificafion5.
26 1) Cost for the ma�aufact�uer's representatives to return to the site shall be a#
27 no additional cast to the City.
28
29
30
31
32
33
3A�
35
'36
37
38
39
40
41
42
43
D. Hydrostatic Pressure Testing
1. Perfarm hydrosta#ic pressure testing in aceordanee wifh. AWWA C200.
2. Hydrostatical.ly test each j aini of pipe prior ta applicatian of lining Qr coating.
, a. The internal test pressure shall be that wl�i.ch results in a fiber stress equal to 75
. pez'cent of the minimurn yield strength of the steel used.
�, b. Each joint af pipe tested shall be completely watertig�t und�r maximUzn test
' pressure.
c. Test pressure shall be i�eld for su�f�cient �:zne to observe the weld seams.
�, d. Maiu�tain a r�cording pressura gauge, reference numbex of pipe tested, etc.
• 1) The pipe shall be numbered in order that tkus information cau be recorded.
3. Test �tttings by:
a. Hydrostatic test �
b: Mag�etic particle test �
c. Ultrasonic
d. Radiography
e. Dye penetrant test
44 E. City Testing and Inspection �
45 1. Pipe may be sub,�ect to inspection at the manuiacturer's iacilzly by an independent
46 tesiing laboratoiy, which Iabaratory shall be salectad and retained by the City.
47 a. R�presen�'atzves o� tl�e City, City's �aboratory, ar the Engineer shall Yiave access
4S io tlae worlc whenever it is in prepaxation or progress.
CITX DF FORT WORTH NOKTHPOINTE 24-1NCF3 WATER TRAN5MI55TON NiAIN (1�4-1A j
STAMDARD C�NSTRUCTIO�T 5PE�IFICATION DOCLTM�NTS Cety Project No. I035�5
IZe�ised December 20, 2012
33 11 14-18
BCIRIED S'1'BEL P7FE ANi7 PITTINGS
Page 18 af27
I
2
3
4
5
b
7
S
9
1D
lI
I2
13
b. k'ipe mariufacturer shall prowide proger faciTities for access and for inspectiion.
c. �ipe manufact�rer shail notify tkie City in writing, a minimum, of 2 weeks prior
to the pipa fabricatzan so tha# f�.e City may a.clvise the manufacturer as to �he
City's decision regaxding tests tn be performed by an independent testizzg
laboratory.
d. Material, fabricated parts atzd pipe, wluch are disco�vere�i to be defective, or
which da not confot7m to the requirements of this Specificatian sha11 be subject
to rejection af any time prior to Czty's final acceptance o�the product.
2. The znspection and testing by the indepe�dent testing labaf•atory anticipates that
production of pipe shall be done over a normal period of tinx�e and witYznut "slow
downs° or other abnonnal d�Iays.
a. The gipe manufacturer sha.11 coordinate their �tnanufacturing schedule with the
Contractor and advise the Contractar of any changes in tha schedule.
14 PART 3 - �XECiTTxON
15 3.1 INSTALLERS [NOT USED]
16 3.2 EXAMINATZON [NOT USED]
17 3.3 PR�PARATZON [NOT USED]
18 3.4 INST.ALLATZON
19
20
21
22
23
24
25
26
27
ZS
29
30
31
32
33
34
35
35
3'7
38
39
40
4�
42
A. General
I. Install steeI pipe, fittings, sp�cials and appurtenances as speci�ed herein, as
specified in AWWA MZ 1, in accordance with the pipe manufacturer's
recommendations and as required for the praper functio:ning of the completed pipe
1in.�.
2. Lay pipe to the lines and grades as indicated rn the Drawings.
3. Excavate, embed and back�IT trenchas in a.ecordance with 5ectian 33 OS 10.
4. For installation of carrier pzpe within casing, se� Seetion 33 OS 29�.
S. Inspect and. test each joint far holidays just prror to pipe being lowered into tl�e
ditch. �
a. A11 damaged ar�as and holidays are to be repazred before �he pipe is �owexed
into the tre�ich. .
5. Place and consalidat� embedmaa�t anc� back�ill prior to removing pipe stulls. �
7: Maximunnn aIIorvable pipe deflection is limited to:
a. 2 percent for �nortar coated ,steel pip�
b. 3 pe:rcent for poIyurethane coated stael gipe
8. �nstall bonds at aIl pzpe joints, except for �relded joitzts or insulated joints.
B. Pipe HandIing
I. Haul and dzstribute pipa and fittings at the proj ect site,
2. Hat�.dle pipe with care to avoid damage.
a, �'ipe shall be handled ai a11 tlmes with sufftcient non-abrasive slings, be�ts or
other equipmez�t designeci to prevent damage to the coatin� or linizxg,
b. The spacing a:Fpipe suppnrts required to ha�zdle the pipe sha11 be adequate to
pz'event c�•aeking or damage to the lining or coating.
CIT'Y OF FORT WORTH t�QTZTHPQINTE 24iNCki WATEA TRAIVSMISSION MA1N (1V4.1A)
STAAiDARD CONSTRUC.TION SPECIFICAfiTON DOCUMENTS ' City Project No. 103505
Ae�ised Deeember 24, 2012
33 11 14 -19
13URIED STEEI. PiP� AI+IA FITTINGS
� Page 19 of 27
2
3
�F
9
�a
11
12
J.3
].4
15
16
I7
18
19
20
2I
22
23
2�F
25
25
27
2$
29
3a
31
32
33
34
3S
36
37
38
39
44
41
42
43
44
4S
46
47
c. Inspect each joint o�'pipe and reject or repair any da�x�.aged pipe prior to
lowering into the trench,
d. The equipment shail be kept iu� such repair that its continued use is not injurious
to the coating.
e, Do not lay pipe in wet con.ditions.
3. At the close af each operating day:
a. Keep the pipe cleari and free of debris, diz�t, aninaals and �'ash -- dtuing an.d after
the Iaying operation.
b. E�fectzvely seal the open end of the pipe using a gasketed nzght cap.
C, I.,it�e Ug at Bends
1.
2.
Line up pipe far joining so as to prevent dar�aaga thereto.
a. Thoraughly clean ih� bell and spigot ends of each joint of pipe of foreigr�
mai�az', �ust an.d scale befare placing spigat into beJ.l. .
Where abrupt changes in grade and direction occur, emplay special shop fabricated
flttings for the purpose.
a. Field c�tting the ends oi the steel pipe to accoznplish angular changes in grade
ar directian of the line shall not be permitted.
D. Pipe L�a�ing
l . Rubber Gasket Joints
a. 7ain rubber gasicat3oints in accordance with the manufacturer's
recammendatians.
b. Clean bell and spigot of foreign material.
c. Lubricate gaskets and bell and relieve gasket iension around th.e perirneter of
the pipe.
d. Engage spigot as far as possible in bell.
e. Joint deflectian or pull s�aa1l not exceed the rnanufacturer's recommendation.
f. Gheck gasket wiYh feelar gauge all axound th� pipe.
g. In areas of petroleum hydracarbon soil contamination, instal� special Neaprene
gaskets ar appraved ec}ual.
2. Walded Joirats
a. � Weld joints in accordance with AWWA C2Q6. '
J) Contractor shall provide adequate ventilat�an for welders and for City's
represen�ative ta abserve welds.
2)� Welds shall be fu11 cixcle �illet welds, unless atberwise specified.
3) Welding shall be completed after applicatio�i of field applied joint coati�g.
b. Adequate pz�ovisians for reducing temperature str�sses shall be fhe
responsibility oftbe Coniaractor. '�
c. A$er the pipe has been joined and properly alignekd and prior to the start oithe
weldirtg procedure:
1} �The spigot and bell shall be made essentially concentric by shimrning or
tacking to obtain �learance folerance around the pexiphery af the ,�oin�t.
2) In na case shall the cleara�ace tolerat�ce be permit�ed to accumulate.
d. Before welding:
I) Thaxoughly clean pipe ends.
2) We1d pipe by znachine or by the manual shieided electric aro process.
3) Welding shall be perfartz�ed so as nat to damage linin.g or coating.
4) Cover the polyurethane coating as necessazy to prntect from weld splatter:�
CITX OF FOItT WOlZTIi NOZiTHPOINTE 24-INCH WATEIt TRAl+iSMISSION NIA1N {N4-1 A)
STANAARD CONSTRTJCTIOl�i SPECIFICATTON DpCUMEN'�S . City Project �So. 103505
Revised T]ecamber 20, 2012
331i [4-20
BUTtiED ST•EEL PIPE A,ND FITTING3
I e.
2
3
4
5
5
7
10
11
12
13
I�
1S
J.6
17
1$
1�
20
21
22
23
24
25
25
27
2.$
29
3Q
31
32
33
f.
��
h.
i.
J•
k.
Fage 20 of27
Furnish Iabor, equapment, tools and supplies, includin.g shielded type welding
rod.
1) Pz'otect w�lding rod fram any deterioxation pr�az' to its use,
2) If any porYion of a box or cat�on is damaged, reject �he entire box or carton.
Hand Welding
1) Tha meta.l s�;a]I be deposited rn successive Iayers.
2) Not more fbati 1/8 inch afinetal sha11 be deposited in each pass.
3) Ea.ch pass except the final 1, w�ether in butt or fIlet welds, shall be
thoroughly babhed ox paened to z'elieve shninkage stresses ata.d to remove
dirt, slag or flu� before the sueceeding bead is applied:
4) Each, pass shall be thor•oughly fiised into the plates at each side of the
welding �i•oove or fillet and shall not be peztnitted to pile up i�. the centar of
the we1d,
5) Undercutting �long the side sha21 not be paranitted.
Welds shall� be free from pin hales, non-metallic iz�clusions, air poc�ets,
tu�dercutting and/or any other defects.
If the ends ,o�the pipe are [at�inaied, split or damaged #o the extent that
satis�actoiy w�]ding cori.tact cannot be ohtained, remave the pipe frozn the line.
Fu��zish each welder empioyed urith a steel stencil for marking the w�lds, so
tk�at tt�e work of each welder may �e idetaYi�ed.
Have eaeh weIder ster�czl the pipe adjacent to the weld vvith the stencil assigned
ta him.
1) In the event an.y welder leaves tl�e job, his stencil shall be vnided and not
d�apJicate.c� if another w�lder is emp�oyed.
Welders
1) Use on,ly compe�ent, skilled and quaIified wnr�nen.
a} Each weldex employed by the Contractor shall b� required to
satisfactorily pass a welding tast in accordarace uri� AV�WA C206
befoxe bein� allowed to weId on #he Iine.
b) Ai�er each welder has quaJ.ified in the prelitninary tests refexred to
above, znspectioz�s shall be �nade of j oints in the Iine.
c} Any tivelder inaking defectiv�: weIds shaIl not be allowed to con�inue to
weid.
34 E. Intexinr Joint Grauting
35 1, Upon eompletion 4f backfiIling of the pipe trench, clean out d'ut ar trash which has
36 collected iax the joint and •moisten the cancrete sttrfaces of the joint sgace by
37 spraying or brushing witli a wat bxush.
38
39
44
41
42
43
F�11 the, inszde af the joint recess wiih a stiff cement :txiortar.
3. V�.ere �he mnz-tar joint opening �s 1 inch or wider, sueh as where trimmed spigats
are required, apply a bonding agent ta mortar and st�el surfac� priar to placir�g joint
mortar,
4. Aam or pack t11e stiiimortaz• into the jaint space and tal�e ex#rerne care to ensure
fihat no voids remain in the joint space,
44 5. After the joint has been �lled, level the sLufaees of the joint mortar wit� the interiar
4S surfaces of ihe pipe with a steeI tro�✓el so t1�at t]ae surface is smaoth.
46 6. Interior jaints ofpipe 24-inch and sma�ler shall have t1�e bell but�ered v,Titb mortar,
47 prior to insertirxg the spigot, such that wk�en, tk�e spigot is pushed 'znto positian it wilI
�8 �xtrude surplus mortar fram the join#.
CTTY OF FO1ZT WpRTH NOATXTPOIN7'E 24-INC�-I WATSR TRANSN(ISSION MA_TN (i14-1 A)
STANDt�R17 CQNSTRUCTIQN SPECTFICATION DOCUN.[ENT$ City Prajeat No. 103505
Revised Decernber 2D, 2012
33 li I4 - 21
BLTRIED STEEL PIP� AND FITTQIGS
Page 21 of 27
1 a. The surplus mortar shall be struck off ilush with the izzside of the pipe hy
2 pulling a filled burlap bag or inflated ball through the pipe with a rope.
3 F. Exterior Joint Proteetion.
4 I. Heat 5hrink 5leeves
5 a General
6 1} Buried pipe joi�ts shall be field cnated after pipe assembly in accozdance
� with AWWA C216, using Heat Shrink Sieeves.
g 2) Width of' lheat shrink sleeve sl�all be sufficient to overlap the golyurethane
g , coati�ag by a minimum af 3 inches.
IO 3) Overlapping of 2 or more heat shrinlc slaeves to achiave the necessary
it s,vic�th will not be permitfed.
12 b. Installatian
13 � 1) Clean pipe surface and adjacent coating af all mud, oi1, gcease, rust and
�4 other foreign cantaminaies with a wire brush in accordance with
Xg SSPC SP 2, or SSPC SP 3. Remove oil or grease contamin.ation by solvent
16 wiping the pipe ax�d adjacent coating in accordance with �SPC SP 1.
�� a) Clean the full circumference of fhe pipe and a minimuzn of d inches
18 onta the existing coating.
19 2) Remo�re a11 Ioose ar damaged pipe coating at joint and either repair the
�,p coatrng as speci.fied harein ar increase the length af tYre joint coating, where
2z reasonable and praetical.
�� 3) Complete joint bonding. of nan-welded pipe joints before application o�
�,3 jaint coating.
24 4} Joint bonds shall be low profile bonds and a1I gaps and cr��ices around the
Z5 Uonds shall be flled with m.astic sealazzt.
�� S) Store sleeves in shipping bo� until use is required.
27 a) Keep dry an.d sheliered from exposure to direct sunliglat.
�g b} Stoxe off th� ground or cflncrete floors and rnaintain at atemperature
2g betvveen 60 degrees F and I00 degrees k' as recommended by the sleeve
30 manufacturer.
31 6} Metal surface s�al1 be frea af ali dirt, dust and flash rustin:g prior to sleeve
3� applicataon.
33 7) Preheaf pipe unifoz�aaly to 14� degrees �` to 160 degrees F or as ,
34 recomznended by the sleev� manufacturer. �
3� a} Monitor pipe temperatura using a suz'face temperature gauge, infrared
36 �hern�aometer or color char�ging crayons. ,
37 b) Protect.prebeated piQe from rain, snow, frost or moishue rvith tentiti.g
�g or shields and da not perrr�it the joint to coal,
3g � 8} Prime jainf with speaifxed primer and fi11 all cracks, crevices and gaps with
40 zxzastic ftller in accordance with the rnanufacturer's :recommenda�ions fflr
41 the full cu;cumfer�nce of the pipe. .
42 9) Apply 11eat shrink sleeve when it is at a�r�n.inimum tEzanpexature ox �D
43 degress �' ar�d while tnaintaining the pipe tempera�ure above the pz•eheat
4�, temperature specified.
45 10) Appiy sl�eve in accordance with th� manufacturer's instructions and center
46 the sleeve over ihe joint to grovide a minimum of 3-inciz overlay onto the
47 exisiing pipe coati�g.
48 I1) Apply lieat to the sleeve ustn.g either prapane fire in.frared heaters ar wrap
49 around heaters.
CITX OF FOTZT WORTT3 NORT1iPOINTE 24-I�TCH WATEK TRA�TS3v�SSIDN MAi13V (I�E4-1 A)
STANIJART) COiSSTItUCTIOI�T SPSCIE'TCATION DOCCJII�E�I'I'S City Frpject No. 1035Q5
Revised T]ecember 20, 2012
3311 ]4-22
BURIED $TEEL PIPE AI�iD PITTIATGS
Page 22 of 27
1 a) Hald flame a minim�tn of 6 inches from the sleeva sut�'ace.
2 b) Periadically xall the coating on the pipe suzface.
3 c} Heat from the center of the sieeve ta the outer edge until properly
4 seated, thcn begin in the opposite direction.
5 d) Mo:r�tor sleeve for calor change, where appropriate, ox with appropriate
6 teznperature gauges.
� e} Ta�e care not to excess�vefy heat the parent coatang.
$ 12} Com�Ieted joint sIeeve shall b� iu1ly bonded to the pipe and ��isting
9 caating surface, wzthout voids, mastic beading shai� be visible along the full
1� circumference of the sleeve, az�d there shall be no wrinkling or e'xcesszve
1� b�s on the sleeves.
�2 a) ,5leeves v�hich do noi meet these requirements shall be removed and the
I3 joint recoated as directed by the Engzrzee�.
1� b} Min,or xepairs �rz�ay be repaired using heat shri� sleeve repair kits.
�5 13} Allow the sleeve to caol before moving, haz�.dling or bacl�filling. In hot
z6 cIitnates, provide shadzng from dixect sunIight.
17 a) Water quenching will be allowed only when permii��d by #he sleeve
x $ nnanufacturer. �
I9
2(]
21
22
23
24
25
26
27
ZS
29
30
31
32
33
34
35
36
37
38
39
4fl
4I
4-2
43
44
4�
46
4'7
48
49
G. Protective Welded Jolnts Coaiing System — Weld After B aakfi�l
1. General
a. Applicatian af protectiv'e coatin.g at the pipe joints will be as fallows:
1) App1y a 3 layer joint coatizag system consisting of a factory applied 35 mil
polyurethane coafing
2} A, field applied 60 :tnil hy 6 inch wide strip afCANU�A HCO Wrapid Tape
heat resistant tape at the locatzon of the weIding
3) A field applied 11� miI (full recovered tk�Yckness) by 18 inch wide
CANUSA AquaWrap hzgh shrinlc heat shrinkable jairzt slee�e
�) After the heat shrinkable joint sle�ve ts installed, backfiIl the t7rench and
tlaen weld the joint.
b. The Contractoa• is r�sponsible for his operations sa that they do not daz�i.age the
factory appliec� coating system,
c. When applying the 3 layer jozn.t coating system for post weldzng the joints, the
Contractoz' must show that his oparatio� w1TI not damage the joint coating
system to th� Engineex's sat�siaction.
d. Tlte Gontracior will b� required to f�z11y uncover a ma�mum o�' IO joints,
selected at :random by the Engine�r or City to visually inspect atld test t�e join#
a#��r welding, Any darnage Fnust i�� repaired.
1) Tt'the Contractor's welding px•aced�zre damages the 3 layer joint coating ;
system, t�e Contractor, at the direction af the Engineer, will be required �o
rnodify his vyalding p:rocedure.
2. Joint Coating (3 Layer) ,
a. Apply 3 Layer Taint Coating Sys�em hefore Welding the Joint
b. Pipe Matzufacturing- and Heat Tape
I) A 35 miI thickness polyurethane coating shall be applisd over entire length
of pipe,
2} The Contractor shaIl field apply 60 mi.I thick by�6 inch wide strip af
CANUSA HCO Wrapid �'ape heat z'esistant tape to the exterior be�l end of
the pipe, centexed on the Iocation ait�ie welding, over a 3S mil factary
applied polyurethane coating,
CTTY OF FORT WOIZTH NflRTHPpI�VTE 2�4-JI�CHLVATER TRANSMISSiOIV NIAIN (N4-]A)
9TANDARB CONS�UCTION SPECIFICATION DOCUMENTS City Praject No. ] 03505
Revised December 20, 2012
33 11 14 - 23
BLRtIETJ STEEL Fll'E A�iQ FTTTI3�TGS
Page 23 oF27
1 c. 5uz��ace Preparation and Installation for Heat Shrinkable Joint 5leeve
2 1) Clean pipa surfac� and adjacent coaCing of all mud, oil, grease, rust and
3 ofher foreign con�anainates wzth a wire brush in accordan.ce with
4 SSPC SF 2, or SSPC SP 3. Remove oil ar grease contamination hy solvent
S wiping th� pzpe and adjacent coating in accord2�xice vvith SSPC SP 1,
6 a) Clean the full circumference of the pipe and a mninimuzn of 6 in.ehes
7 onto the existing coating.
g 2} Remove all loose or darnaged pzpe coating at join.t and either repair tbe
g cnating as specified herein or increase the length of t3�e joint coating, where
1Q reasanable an.d practical,
11 3} Complete jointbonding ofpipe joints before applica�on of joint caatin.g.
12 a) Joint bonds shall be 1aw pxo�ile bonds aud all gaps and crevices around
1� t�►e bonds s�all be filled with mastic sealant.
1�. 4) Store sleeves in. shipping box unti.I use is requured.
I5 a} Keep dry and sheltered fro� exposure to direct sunlight. .
16 b) 5tore off the grQund ar cancrate floors and main.tain at a temperature
�� between 60 degrees �' and 1D0 de.grees F as recom.zne�nded by the sle�eve
1$ m.ant�facturer.
lg 5} Metal surface shall be free of all dirt, dust and �ias3� rusting priox to sleeve
zo application.
21 6) Px•eheat pipe uruformly to 140 degre�s F io 160 degrees F or as
22 recom.mended by the sleeve manufacturer.
23 a} Monitor pipe temperature usir►g a surface temperature gauge, infrared
�q. ihezxnomet�r or color ehanging crayons.
25 h) Protect pre�eated pipe from rain, snow, frost or m oisture with ter�ting
26 or shields and do not pe�nit the joint ta cool.
27 . 7) Prime joint witl� speeified primer and fiI1 all craeks, crevices, an.d gaps witt�
28 mastic filier ita accordance with the manu�acturer's recommendatians for
2g the full cucumference of the pipe.
3p 8) Apply I�eat sh�irnk sleeve when it is at a minimum ternperature or 60
3� degrees F and wlaile maintaining the pipe tam.perature above the prehea�
�2 temparature speeified.
g� a} Apply sleeve in accardance tivit'� the ma�nufachue�•'s insiructions and
34 center the sleeve over the joint to pra�+ide a minimum of 3�inch overlay
35 on.to the existing pipe coating.
3G 9) Apply heat to the sleeve using either propane �are infrared heaiers or wrap
37 around heaters.
3g a) Hoid flame arninimum af 6 inches fiom the sleeve suz�ace.
39 b) Periodically roll the coating on ihe pzpe surface.
�}p c} ' Heat from th� center of the sleeve to fhe outex edge until propexly
�,1 seated, then begia in the opposite dzrectivn.
�2 d) Talce care not to excessively heat #he parent coating.
�}3 e} Manitor sleeve far color change, where appropriate, or with appropriate
qq, temperature gauges.
4S 10) Completed joint sleeve shall be fully bonded to the pipe and existing
46 coating s.urface, without vaids, mastic beading shall be visrble along the fuIl
q,7 circumference af the sleeve, and ther� shall be no wrinkling or excessi�e
4S burns on the sleeves.
q:g a) Sl�eves whi.ch do nat rneet these requirernents shall be re�no�ed and the
50 jQint recoated as direated by the Engineer.
CITY QF FORT WORTH NQRTI3POINTE ?A-Il�FCH WATER TAAN5i�hTS5ION MAIN (NA-lA)
STP.NDARD C011STRUGT'ION SPECIFTCATIOIY DOCi3N1ENT5 CityProjectNo. 1U35D5
Revis.ed F3ecember 20, 2012
33I1 74-24
BLJRIED STEEL PIP� AND FITTINGS
2
3
�
5
6
7
S
9
10
11
12
13
Pagc 24 of 27
b) Minar repairs naay be repaired using heat s�ri�c sleeve repai�r kits.
I1) Allow #h� sleeve to cooI before moving, handlzng or backfiilling.
a} In �ot climates, prouide shading from dzrect sunlight.
b) Water quanching wi11 be allowed only when perzn.zt�ed by tk�e sleeve
man�facturex.
12) Holiday testing shall be performed using a high voltage holiday tester
(aperating at 100 valts per mil) at each joint after feld application afheat
shrinkable jaint sIeeve per 5P4188.
a} If any holidays or cuts are detected, the sleeve sha11 ba repaired using
the heat shrinlc sleeve marzufacturer's recammendatian. '
b) The damaged az�ea shall be covered. with a�x�.znimum of 50-mm ar�erlap
around the damaged area.
H. Protection ofBuried MetaT
14 1. Coat buried ferrous naetal sucla as bolts and flanges, which cannot be protected with
15 factory or fzeld-applied polyur�thane coatings or b.eat shrink sleeves, with 2 wraps
16 of wax tape and encase in �Iowable fill.
17 3.5 RLPATR.
18 A. Repair and Field Touchup of Polyurethane Coating
19 1. For repair and �eld touch-up of palyurethazze eoating, apply:
�� a.. Madison GP II (E} Touchup k�olyurethane Caating
�1 b. I.,ife�ast Durasheild 210, 310 ar 310 JARS
22 c. ITW — Futura Caatings Frotec II, or
�� d. Coating manufacturer's xecornmendation
24
25
26
27
28
29
30
, 3I
32
33
34
35
36
37
38
39
4Q
41
42
43
�4
�+5
46
47
2. Holidays
a. Remove aIl traces of oil, grease, dust, dirt and other debris.
b. Rouglaen area to be patch�d by san,ding with xotzgh grade sandpaper (�0 grit}.
c. Appt� a 35 mil coat of repair material described abov�.
d. Work repa'rr matez•ial int� scratched suz�ace by brushing or rolling in
accordar�ee with naanufacturer's recom�mendatiozas.
e. �etest for �Ioliday.
3. Field C.u#s or Large Dat��ge
a. If in the ap:inion of the City the polyurethane coating is excessively damaged,
the pipe segment wilI be rejected uiitil fhe coating system is removed and
replaced so that tha syst�rn is in a like-���v condition.
b. Remove bur.rs from field cui ends or handling dama�e and smooth o�,�t edge of
polyurethaz�e coating. .
c. Re�ove aII traces of oiI, grease, dust, dirt and other ciebris.
d. Roughen area to be patched with ro�gIi grade sandpapei• (9�0 grit}.
e. Feather edges and incJL�de over�ap of2 itzc�es o#'ra�tghenad polyurethane in
ai•ea to be patck�ed,
f. App1y a 35 mil coat of repair matar•ial deseribed abova, in accordance with
manufacturer's r�commendations,
g. Wor1� repair material into seratched surface by brushing,
h. Feather edg�s of repaiz materia� into preparecl. surface.
i. Cover at least I inch ofroughed area surroundrng damage or adjacent to feld
Cll�.
j. Test repairs for ho�idays.
C1TY Ol� FORT WORTH NORTHPQINTE 24-INCH WAT$R TRANSM[55Id1� IVlAIN (N4-lA)
STANDARD �ONSTRUCTIOlV 3PECIF'ICATi�N DOCi7Iv1ENTS City ProjecE No. 1035p5
T2e�ised December 20, 2012
3a ii t4-zs
BilRTED STEEL PIPE AND FITTI1dG5
Paga 25 of 27
1 B. Fatch of Cement Mortar Lining
� 1. Repair cracks largerr than I/16 inch.
3 2. Pipes with disbonded linings willbe raj�ected.
4 3. Excesszve patc�ing of lining sha.il not be permitted.
5 4.
6
7
8
9
10
11 �•
12 6.
13
Repair in accardance with AWV�A C20S and as fallows:
a. Ap�ly bonding agent to patch area.
b. Patching of lzz�ing shall be allowed where area fo be repaired doas not exceed
100 squar� znches and has n.a dimensian greater than l2 inches.
c. �n general, th.ere shall be not more fhaaa 1 patch in the lining of any j oint of
pipe.
Wherever necessary to patch ihe pipe, make txse patch with the mortaz' ind�cated.
Do not instakI patch.ed pipe until the patch �as been properly and adequately cured,
un.less approved by the City. �
14 3.6 RE-INSTALLAT�ON [NOT USED]
15 3.7 FXELD QUALITY CONTROL
z�
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
�3 8
39
40
41
42
43
44
45
46
A. Field Tests and Inspections
1. Quality Control of Fisld Applied Polyurethan� Coating
a. Surface Preparation
1) Visually inspect surface preparation io ensure cieanliness and dryness
requirements have been met.
2) Use T�stex tape on at least 1. Joint per day to ensuxe that adequate profil� is
being achieved.
b. Vis�al
1) Visually inspect cured coating to ensure that tbe coating is completely
cured with no blisiers, cracks, pznl�oles, �ssed areas, �7�C05SIV� TOUg17I1�5S�
"sticky" or "gooey° areas.
2} Check to ensure that t�e coating completeIy covers the steel and existix�g
c.
d.
e.
f.
coating.
Thickness
1) Use a:tanagnetic dry fiJm thickness {DFT) gauge on cured coaiing ta ensure
adequate thickn.ess has baen achieved accarding to SSPC PA 2.
a) If tha thickr�.ess of the co�ting is belnw the raini�num specified znillage
anywhere along the lengC� of the pipe, then adjustments must be made.
to th.e spray system to correct the prohlem.
2) At a minimum, the thickness shail be measured fnr every 50 square �eet nf
sprayed area.
Adl�esian
1) Perfarm tl�e following procedure on a milvzx�urn of 1 jolnt per day:
a) Select area to test that has cured for at least 1 hour for �'ast setting
coatings.
b) Test and repair in accQrdance with AWWA C222 Dolly PuII-of�'Test.
Holiday Tesfing
1} Holiday testing shall be perform�d using a high voltage holiday tester at
each joi.nt �ia sooner than 1 houz' after field application of palyurethane
caating.
Inspection at Weldin.g Jaints
CITY OF PORT WaKTH NORTHPOINTE 24-INCH WATER TRAN3MI5STON MAIl� (N4-1 A)
STANDARD CONSTRUCT'ION SPECIPICATTON ]70CC1MENT5 Cily Project No. 103505
Revised December 20, 2012
33 I1 ]4-36
BURIED �TEEI, PIPH AND FIT"CINGS
Page 26 of 27
� 1) . p�ihen applying the 3�ayer jaint coating system for post welding the joints,
2 the Con�raetor must show t11at his opexation wiTI not damage the joint
3 caat�ng systezn to the Enginear's satisfaction,
4 2) The Contractor will be requirefl to fu]1y uncover a ma�itnur� of 10 joints,
5 selected at random by the Eng�neer ox City to �crisually rnspect and test �he
6 joint a�cer welding.
� 3) Any damage nnust be repaired.
8 �) If the Contractor's weIding procedure darziages the 3 layer joint coating
g system, the Conra-actor, at the direct�on ofthe Engineer, wi:11 be required ta
lfl rnodify his weldiz�.g procedure.
lI
12
13
14
15'
16
I7
18
19
20
21
22
23
2�4
25
2G
27
28
29
30
31
32
33
34
35
36
2. We1d Testing
a. Dye penetrant tes#s in accordance with ASTM E165, or magnetic particle test in
acco�•dance witk� AWWA C2b6 and sef forth in AWS D.1.1. shaTl be performed
by the Contractor under the s�pervisian and inspectzon ofthe City's
Representative or an znc�ependent testing Taboratory, on a11 fu11 welded joints.
1) Welds that are defective will be replaced or repaired, whxcheve�• is deerned
necessary by the Eng;ineer, at the Cqntractar's expense.
2} If tkle Contractor disagrees wiih tlze �ngineer's inte:rpratation of welding
tests, test sactions may be cut from the j oint for physical testing. The
Contractor shall bear �,he expense of z•epairing the joi�t, regardless o�'the
resuTts af physrcaZ tes�ng.
3) The procedure for repazz'ing the joint shall be approved by the Engineer
before proceeding,
3. D�flection Tesiing
a. Prip:r tn hydf•ostatic testing, the Cit�'s inspector shall perform deflection testing
at a nxinimum rate of 1 measurement for every 2,SOa Iinear �eet of water 2iz1e.
b. City tnay reject any a.x•�as nof zz�eeting the deflection z'equirerzlents ofthis
Specification.
4. Cleaning and Testing
a. Gleaning, disinfeetion, nydrostatic testing, and bacterioIagica.I testing of water
zrzains: '
1} C1eat�, flusIz, pig, disi�feet, l�ydrostatic tesi, azzd bact�xiolagical test tfie
watez' main as specified in Section 33 �4 40.
5. Clos�d Circuit Televiszon (CCTV} Inspection
a. Provide aPost-CCTV Inspection for water lines �4-inch atxd laiger in
accordance vvi� 5ection 33 O1 31. �
CITY OF FORT WOTtTH N�1�TT3PQ1NT�i 24-zNCTi WATER TAANSNUSSiON MAIN {I�T4-IA)
STANDAAD COI�TSTRUCTIOI�T SP�CIFICATION D�CUMENTS City project No. i 03505
Revised J3ecember 2Q, 2012
a3 ti �a-z�
BLTEtiEI] STE£L PIPE AND FiTTLiVGS
Page 27 af 27
1 3.8 SYST�.M �TARTUY [NOT USED]
Z 3.9 A.DJUSTING [NOT USED]
3 3.ZQ CLEANING �NOT U�ED]
A� 3.11 CLOS�OUT ACTIVl�'IE� [NOT USED]
S 3.1� PROTECTION (NOT USEDj
G 3.13 MAINTENANCE [NOT IISED]
7 3.14 ATTACHMENTS [NOT USED�
S
0
END O� SECTION
� Revision Log
DATE NAME SUNiMARY �F C�TANGE
12120/2U12 D. Johnson 2•Z•B'4' S.° and 6—Added reference Yo Sectinn 33 11 OS and removed material
specification fnr bolts, n.uts, gaskeYs and flange coat�ng
10
CiTY OF FORT WQRTH 1VOR.T�OI3�TTE 24-INCH WATEEZ TRANSMISSION IufAIN (N4-lA)
S'T'AN]]ARD CONSTRT7CTIOTT SPECIFICATTON DQCUM�NTS CiEy kroject No. 1035U5
Revised 1]ecember 2Q, 2012
331225-1
CONNECTIONTO EXIS'I1IICr VJATER'MAINS
Fage l of 8
1
2
SECTION 3� 12 25
CONNECTION TO EXISTING WATER MAINS
3 �'ART 1 - GENERAL
4 1.1. Si7I1'1MARY
5
6
7
8
9
IO
11
A. 5ection Ineludes:
1. Conneciion. to exisfing w�tex �mains to include, but not limited ta:
a. Cuttiug in a te� for a branch cann�ction
b, Extendzng from a� exisfiitag water rnain
c. Installing a tap.pzng sle�ve and valve
B. Deviatioz�s from this City of k'ort Worth Standard Specificatzon
Nane.
I2 C. Related Specification 5ections inelude, but are not necessarily limited to:
�3 1. Division 0— Bidding Requirements; Cantract Foz�ms, and Conditions of �he
1�} Contract
15
16
1'7
18
19
20
21
22
23
24
25
2&
27
28
29
30
31
32
33
34
3S
36
37
38
39
2. Divisian 1— General Requirerne�ts
3. Section 33 04 40 — C1ean.ing and Acceptance Testing of Water Maans
4. Section 33 d5 10 — UtiIity T�ench Excavation, Em.bedment and Backfill
5. Section 33 05 3 Q— Location of E�sting'[Ttilities
6. Sectian 33 1 i 05 —Bolts, Nuts, and Gaskets
7. Section 33 i 1 10 — Ductile Iron Pipe
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Paymeni
1. Canneci�on to an e�sting unpressurized Fort Worth Vilater Distribu�ion System
Main that does r�ot require tbe City fa take part of the vyater system out of service
a. Measurement .
1} T`h.is Item is cor�sidered subsidiary to the wa�er pipe baing i�sY.alled.
b. Paymen.t
1) Tlae worl� parform.ed and tlae r�iaterials furnished in`accordance with this
Ttena are subsidiary to the unzt price bid per litzear foot of water pipe
corii�lete in place, aszd no other compensaCion v�ill be allowed.
2. Co:nnectinn to an exasting p:ressurized �ort Worth Water Distribution System Mazn
that reqttires a shutdqwn of some part of the t�ater system
a. Measurement
I) Measurerrzent for tiais Item shall be per each eonnection completed.
h. Payment
1} The wor� perforrn.ed and tkae materials furnished in accardance with this
Ite�n shall be paid far at the unit price bid pez' each "Conriection to Existauag
Water Main" installed for:
a} Various sizes of existing water distribution main
CITY OF k'QRT WORTH NORTfiPOTNT� 24-lNCH WATLR TRF.�ISMISSIO�i MAT�T {N�-lA)
STA1�fDAILp CONSTRUCT`TO1V SPECiFICATIdN DOCUMENTS City Project l�o. ID3505
Revised Fabruary fi, 2013
331225-2
CDNIVECTTaN TO E7fTSTING WATEK MAINS
Page 2 of 8
1
2
3
4
S
6
7
8
9
IO
1Z
12
13
14
I5
16
1 "1
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4b
4I
42
43
44
4S
46
47
4$
49
a The price bid shaIl include alI aspects of making the connecfiion in,cluding, but
not fiznited ta:
1} Preparing submii�als
2) Dewateting
3) Explaxatory excavation {as needed)
4} Coardination, and notz.fication
5) Rernobilization �
6) Temporaty Iighting
7) Folyethylene eneasement �
8) Ma1ce-up pieces
9) Li�ngs
10) Pavement removal
11} Exca�vation
12) Hau�an�
13) Disposal of excess matarial
I4) Clean-up
15} Cleaning
15) Disinfection
I7) T�stir�g
3. Connec#ion to an existing prassurized �'ort Woz�h Wat�r Distribution 5ystezr� Main
by Tappixzg Sleeve and VaIve:
a. Measuz'ement
1) Measurement for this Item shall he pez• ea�h ca�nection coinpleted,
b.. �ayment
1} The vvork perfazxned and the materials fuzz�zshed in aecordaaace with this
Item sha11 be paid for at the unit price bid per each "Tapping Sleeve and
Va[ve" installed for:
a) Various sizes of connepting main
b) Various sizes of existing water distributzon main
a The price bid shall include all aspects ofmaking Yhe coru�ection incIuding, but
not linzited to:
1) � Preparing submittals �
2) De,c�vatering
3) ��loratory excavation (as needed)
4) Coordination and notificat'ron -
S} Tapping Sleeve anci Tapping Valve � .
b) Rerzaohilization
7) Tem�orary Iightzng �
S} Polyethylene ez�casement
9) Make-up pieces
1Q) Linings
I1) Paveanent removal
12) Excavation
13) Hauling
I4} Dispo�aI of e�cess material
15) Clean-up
I6) C�eaning
17) Disinfection
18) Testing.
CTTY OF Ff�RT WORTH N�RTTIgOLNTE 24-INCH WATER TRANSA+IISSI02�7 hIAIN (N4-]A}
STANDARll CbNSTRUCTTON SPECTFTCATIQN DOCUMENTS Ciry Project No. 143505
Revised Pebruary 6, 2(7I3
331225-3
CONNECTION TO EXIS'I'�G WATER MA1N5
Page 3 nf 8
1 1.3 REFERENCE�
2 A. Reference Standa�'ds
3 1. Reference standards cited in this �pecification ref�r to the cuz�rent reference
4 �standard published at the time of the latest re�ision. date logged at the end of this
$ Speciit�ation, unless a date is speciftcally cited.
6
7
��
American So�i�ty ofMechanical Engineers {ASME):
a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, J ZS and 250}
ASTM International (ASTM}:
a. A36, Standard Specification for Carba�a Structural Steel.
h. A193, Standard Specificafion for Alioy-Steel and Stainless Steel Bolting far
High Te�:zperature ar High Pressure Service ax�d Othex Spacial Purpose
Applications
c. A194, Specificatiox� for Carban and Alloy Steel Nuts for Bolts far High
Prassure ox High Temperature Service, or Both
d. A2�2, �tandard Specification for Hi�h-Strength Low-AIIoy Structural5teei.
e. A283, Standard Sp�cification for Low and Iniermediate Tensile Sirength
Carbon Steel k'Iat�s.
f A285, Standard Specification for Pressure Ve.ssel Plates, Garbon Stee1, Low-
and Inte�nediate-Tens'ile Stt'ength.
g.. B 117, Standard Practice for Operating Salt 5pray (Fog) Appaxatus.
h. D2000, Standard Classificatzon 5ystena fox Rubber Produc#s in Automotive
Applications.
Atxierican Water Works Associa#zon {AWWA}:
a. C200, Sfeel V,�ater Pipe - 6 ZN and Larger.
b. C207, Stee� Pipe Flanges �'or Waterworks Service — Sizes 4 IN through 144 TN.
c. C213, Fusion-Bon�ed Epoxy Coating for the Tnterior and Exterior af Steel
Water Pipelines.
d. C223, �abricated Steel a�ad Stainless Steel Tapping .Slee�ves.
American Waier Works ASsacfationlA.znerican Natzonal Standa.rds Tnstztute
(AVdWAIANS�):
a, C.105/A2 ].5, Polyet?aylene E:ncasemenf for Ductile-Iron Pipe Systams.
b. C111/A21.I1, Rubbex-Gasket 3oints for Ductile-Tron Pressure Pipe and
Fittings.
c. �115A21115, Flanged Ductile-Iron Pipe wifili Ductile Iron or Gray-Iron.
Tb.readed Flanges.
�
10
1�.
J2
l.3
14
IS
16
17
]8
I9
20
21
22
23
24
25
26
27
28
2;9
3D
31
32
33
34
35
�[-.
36 b. NSF �ternational (N5�):
37 ,. a. 61, Drinki�.g Water System Coznponents — Health �ffects.
38 � 7. 1Vfanufacturers Standardization Society of the Va1ve and Fitting Industry Iuc.
39 � (iviss}: ;
qp � a. 5�-60, Connecting �lange Joint Between Tapping Sleeves and Tapping Valves.
4I
42
43
44
�S
1.4 ADMINI�TRATIVE REQUT�GMENTS
A. Pre-installatzon Meetings
Required for any connections to az�. e�sting, pressurized ] 6-inch nx larger City
water d'zstribution system naain that z'equires a shutdov�m of some part of the water
system
CPi'X OF FOIiT WORTH NOR1'HPOINTE 24-IlVCH WA'E'�lt `1'kiAN5MT55i0iV MATl�T (I'I�-1A)
STANAARD CONSTRUCTION 5PECTPICATION DOCiJN1ENT5 Ciiy Project No. 1a35D5
Revised February b, 2013
331225-4
CqtQNECTTON TO EXT3TII<iG WATE12 MAIN�
Page 4 of 8
1
2
3
4
S
6
7
8
9
l0
11
12
13
14
15
is
17
18
I9
20
21
22
23
24
25
26
27
2. May alsa be required far cflnzaections that involve shutting wat�r service off to
certain critical businesses
3. Sehedule a pre�installation meeting a mini�um of 3 weeks prior ta propqsed time
fnr the wark ta occur.
4. Tkte meeting sha11 iz�clude the Contractar, City Inspectox and City Valve Crew.
5. Rev_iaw work pxacedures as submit#ed and any adjustmenfs made fox current fteld
canditions.
6, Verify that all valves and plugs to be used ha�e adequa#e t]a�rust restraint or
blocking.
7. 5chedule a test shutdown with the City.
8. Schedule the date for the connecti.an to the exisfzng systetn.
B. Scheduling
1. Schedule work to make all connection.s to existang 16-inch and larger znains:
a. During the period fronn November through April, unless otherwise approvecl by
the Ciiy
b. During norma� business hours from Monday tlarough Friday, ui�less atherw�se
approved by tlae City
2, Schedu�e City Valve Crew by 1:p0 P.M, a rxiinimum af I buszness day prior to
planned d�sruption to the existing water system.
a. In the eve�nt that ot�er water systezn acti�ities do not a�low tha existing main to
be dewate:red at the requested tzzne, schedule work to aI1ow t�Ze connectio:n at an
alternate time acceptable to the Ciiy.
1) If water tnain cannot be taken out of service at the ariginally requestad
tirne, coordination t�vill be required with the City to disc�ass rescheduling
and con�pensation for mobili.zation.
2) Nn additional payment tT,ri11 be provided if the schedule was altered at the
Contractor's request.
�s z.s suBmnrxTALs
29 A. Sub:mittals shall be in accordance with Section Q1 33 00.
30 B. A11 submitta�s shall be approved by the Ciiy px•ior ta deli�very and/ax fabrication %r
31 specials.
32 I.6 ACTION SUBNIITTALS/1NFQRMATxONAL SUBMITTALS
33 A. Product Data, if appTicable
34 1. Tapping SIeeve zlating the pressure rating and coatiiig system supplied including:
35 a. Dimansions, weighfs, material �ist, and d�failed drawings
36 b. Maximuzn. �orque recornmended by the manufact�rer for the valve by szze
37
38
39
44
41
h2
B. SLibmittals
l. Provide a detailed s�quence of work for lf�-ineI�, or larger, cax�nections i�requzred
by Czty that includas:
a. Results of explora#ory excavation
b. Dewatering
c, Procedure for connecting to t�.e existing water main
CITY pF rOTtT WORT�I NORTHPOIATT'E 24 I1�CH WATER'�'RANSMISSIOId MAII+F (N4-lA}
STANAAF(T3 CO1vS'1'RF7CTTON $PECI.FTCATIQN DOCUIVIENTS � Cily Project No. 103505
Reroised Fehruary b, 2013
33 12 25 - 5
CqNi�[ECTIQN TO B�STING WATER MAI�iS
Page 5 of 8
z
2
3
4
5
G
d. T�zx�e period for completing work from when tlae water is shut davv� to when
the main zs back in sezvice
e. Testing and repressurization procedures
2. VJelders that are assigned to work on connection to cancrete cylinder oz' steel pipe
nnusi be certified and provide Welding Certificates, upon request, in accordance
with AWWA C200.
'1 1.7 CLOSEOiTT SUBMITTALS [NO'� USED]
g 1.8 MAINTENANCE MATERIAL SUBM.�TTALS �NOT USED]
9 1.9 QUALITY ASSUR�NCE (NOT US�D�
10 1.10� DELIVERY, STORAGE, AND HANDL�NG
11
12
13
14
15
16
17
IS
�9
20
21
22
23
24
2S
26
27
28
29
A. 5torage a�nd Handling Requirements
1. Pratect parts so that nn damage or deterioratian accurs duxing a praio�agad delay
from the time nf shipinent until installation is conapleted.
2. Pratect all equipment and par�s against any damage during a�prolongad period at the
site,
3. Protect the finished surfaces af ail exposed flanges using wooden flanges, strongly
built and securely bolted �ereto.
4. Protect finished iron or steel surfaees not painted to prevent rust and conrosion.
5. Prevent plastic an.d sirnilar brittle items from being e�ased to direct sunlight and
extremes in temperature.
6. 5ecure and maintain a location to store the material in accoxd.ance wiih Section fl1
56 00.
1.11. FIELD [SITE] CONDITxONS [NOT iTSEUI
1.12 WARRANTY
A. Man.ufacturer Warranty
1. Manufac�irez's wat�anty shall be in accordance with Division 1.
PART 2 - PRODUCTS
2.I OWNER-FURNI�HED [axj OWNER-SUPPLXED PRUDUCTS [NOT USED]
�.2 EQTJxPMENT, PRODUCT TYPES AND MATERIAL�
30 A. Manufaeturers
31 1. 4nly the manufacturers as listed by filie City's Standard Products List will be
32 considered as shown in Section 01 60 00.
33 a. The manufacturer mnst comply with this Specification and related Sections.
3G 2, Any pz'aduct ihat is not listed on the Staudard Pxoducts List is cansidered a
�5 substitution and shali be subxnitted in accordance with Seciion O1 25 00.
3.� B. Descxiptian
3� 1. Regulatory Requirements
CITY OF FOR`i' WOATH NDKTT�POIN`I'E 24TNCH WATER'TitANSIvIISSIOh� NiAA�i (N4-lA)
STANDAItT] CONSTRUCTIQN SPECT�'ICATION ]]OCUMEIVTS City Projeet No. 103505
Revised February 6, 2U13
33 12 25 - 6
CO1�I�T$CTI�N TO EXISTINCr VdATER 1V1A1N5
Yage 6 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
1S
16
I7
18
19
20
21
22
23
24
25
26
a. Tapping SIeeves shall meet or exceed AWWA C223 and the requirements of
this Speci%cation,
b, A�l vaive components in contact w�ith potable water shall canfozxn ta the
requirements of NSF 61.
C. 'I'apping �lee�v� M�.terials
I. �ody
a. Body: Carbon 5tee1 perA,�TM A283 Crrade C, ASTM A285 Grade C, ASTM
A3 6 5tee1 ox equal
b. Finish; fusion hond�d epoxy caating to an average 12 miI thickness. Fusian.
applied p�t• AWWA C213.
e. AIl, b�;tried tapping sleeves sha11 be provided with polyethylene er�casement in
accnrdan.ce with AWWA/ANSI C105/A21,5.
1) Polyethylena encasement shall be i� accordance with Secfion 33 11 10.
2. Flange
a. Carbon Steel perASTM A36 in accordance withAWWA C207 and ASME
B 16,1 Class 12�.
b. Recessed for tapping va[v� per M�S S�'-60
3. Bolts az�d Nu1s
a. Flan.ged Ends
I) Meet requixements of A WWA C 115 or AVVV4�A C207 depending an pipe
material.
2) Pravide bolt5 an.d nuis irx aecordance with Sec�oz� 33 I I O5,
�. Gaskets
a. Provide gasl�ets in accordance with Section 33 I1 O5.
5. Test P1ug
a. 3/a-inch NPT carbon steel with squaxe head axzd fusion bonded epoxy c.oating
27 2.3 .�CCESSQR�EE,S �NOT LTSED]
28 2.4 SQURCE QUALITY CONT'1tOL [NOT U�ED]
29 PART 3 � EXECiTTION
30 3.1 INSTALL�RS [NOT �7,SED]
31 3.2 EXA.MINATxON
32
33
34
3S
36
37
38
39
�44
41
�1. Verification of Conditians
1. Verify by exploratazy excavatznn, ii'needed, that existi.ng vvater rnain is as depieted
in the Dz-awings and ihat the Iocation is suitable for a connection to the existing
water :t�aain.
a. Excavate and backfiIl ixench for the exploz-atory ex.ca�ation in accordance �rith
33 D5 10.
2. Verify that alI equipment and rnaterials are available on sita prior ta the shutdown
of the e�sting main.
3. Pipe Iines sl�all be completed, tested ane� authoxizec� for caa�zieciian to the exisfang
system in acco��dance witkz Secfi�on 33 Q4 40.
CITX QF FORT WaRTI� NOATHPDINTB 24-INCkI WATER TRANSIvlTSSIpN MAI1V (N4-lA}
STAl�]7AKD CQNSTRUCTION SPECIFTCATION L)OCUM�NTS CiEy Praject No, 1 Q35�5
Revised Fe6ruary 5, 2013
33 12 25 - 7
CONNECTIdN TO EXISTI�TCr WATER MAINS
Pa$e 7 of'$
1 3.3 PI2:CPARATION [NOT II.SED}
2 3.4 INSTALLATION
3 A. General
4 1. Upon disruption ofthe existing water main, continue work uzrtil the coaSnectian is
5 complete and the e�sting water main is back in seivice.
6 B. Procedure
� 1. Expose the praposad connection point in accardance witl� Sectian 33 05 10.
g 2. Dewater the existing water line so the chlorinated waterr is not un.lawfully
g discharged.
1p 3. 1Viaintain fhe water that may blaed by existing valves ar plugs during installation
11 within the �+ork area to a reasonable level.
12 a. Control the watez` i� sueh a vvay that it does noi interfere with. the proper
13 instaliation of th� connection or create a discharge of chlorina�ed water.
lq �Q: If any discharge of chlarinated water occurs, discharged water shall he de-
�5 chlo:rinated in accordan:ce with Section 33 04 40
16 S. Cuf and remove exis�ing water znain in order to rnake the connection.
17 6. Veri�y thai the existing pipe line is suitable for tl�� praposed connecti�n.
lg 7. Place trench faundation and bedding in accordance with 33 Q5 1D.
1 g $, In tfie event that a tagping sleeve and valve is used, the coupon from the existing
�,p water main shall he subr�aitted to the City.
2z 9. Prev�nt embedznent, bacJcfill, soil, water ox ather de6ris fornn entering t�e pipeline.
�2 10. Establish thrust restraint as pro�rided for in the Drawings.
23 11. Clean and disiz�fect the pipeline associated with the conneetion in accordance with
24 �ection 33 �4 40.
25 12. P1ace e�bedment to the top of the pipe zone.
26 13. Request that the City Valve Crew re-pressu.rize the pzpeline.
27 14. Directional�y filush the connection iu accardance witla 5e�tion 33 04 40.
28 15. Request that City Valve Crew open al.J. remaini,x�g va�wes.
2g 3,5 gEpAIRIR�G�TORATION [NOT USED]
3p 3.6 RE-Il�TSTALLAT�ON �N�T iTSED]
31 3.7 FIELD [on] SxTE QUALITY CONTROL [N�T USED]
32
33
3A�
35
36
37
3.$ SYSTEM STARTUP [NOT USED]
3.9 ADJU�TING [NOT USED]
3.10 CLEANIlVG [NOT IT�ED]
3.1I. CLOSEOUT A.CTIV�'X'IE5 [NOT USED�
3.12 PROTECTION [NOT U�ED�
3.13 MAINTENANCE [N(OT USED�
CITX OI' F012T WORTH NORTHPOINTE 24-Il�CH WAl'�R TRA.NSMI55ION MATN (N4-lA)
STANpARD CONSTRUCTION SPECIFIGATTON AOCUMENTS City Project No. 103505
Revised February G> 2013
33 IZ 25 - 8
CONNECTIQN TO EXISTING WATER MATN�
Page 8 o�FB
1 3.14 ATTACFIMENTS [NOT USED]
2
3
DATE N�1ME
12/2012012 b,Johnson
2/b/2.013 D. Townsend
4
N
Q
CITI' dF FO1tT WOTtTH NORTHpOTNTE 24-iFVCH WATER TAANSMI55�ON MAIN (N4-1A)
STANDARD CONSTRUCTION 5PECIFICATIQN pOCUMEI�'T5 City Prnject Na. �03505
12evised Pebruary 6, 20I3
Ervn o� s�cTzoN
Revision Log
SiTMMARY O� CHANG�
2.2.C.3 and 4— Added reference to Section 33 l I OS and removed bolt, nut and
gasketr�rsaterial specificatian
3.4.B.4 Madi�ed to refer to 5ectiQn 33 �4Q�D
4
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 5ubsurface and Physical Cond'ztions
GC-6.Ob.D Minority and Women Owned Business Enterprise Connplzance
GC-6.07 Wage Rates
GG6.09 Permits and Utiiities
GR-01 60 00 Product RequiremEnts
C1TY OF FORT WORTY! NORTfiPOINTH 24-TNCH WATEB TAAY�TSMISSION MA1N (N4-1 A)
gTANT7AItD CONSTRUCTlaN SP�CIFiCA'i'IDN DOCi1M�iNTS City Project No. I03505
Revised duly 1, 20i 1
�C�A�o01 Availabilit� of �and�
'Tg�][S �P��� I1��' `� Yl�T7['��'y'I��TAY��[.�� �]��.N�
CITY OF TDAT WORTH
5TANDARD CONSTRUCTZON SPECIFICATION I]QC[JMENTS
Re�ised 7u1y 1, 2D1 l
NGIRTHI'OINTB24-TNCH WATBRTRANSIUITSSIOI� NiAIN {N4-lA)
City Project No, 103505
D22'f2234B4 08103120x) 03:06 PM Page: 1 of 6 Fee: 539.00 Svbm.itter: Matt Ti�{ly�
Electronically Recorded bf Tarrant Cnunty Cierk fn O�ficlal Publlc Racords ...��,,� �}�
MARY LOUISE NICHOLSON
C�UNTYGL�RK
NOiICE O� CON�IDENifAl.liY RICHTS: IF YOU ARE A NAi'URAL PEI�SON, YOU �lAY
R�MOV� aR STR�Kf� AI�Y O�i AL�L, Q� iH� �OLLQWINC INFORMATI�N FR�M l'H��
INSiR�M�N7° �EPUR� li l� �ll�ED �'�R R�COR� !N '�H� PU�LIC FtECOR��; Y�llR
�OCfd� ��CURi'�Y Nl1fl���R Ol� YQUR i]R1V��'� ��C�t�S� Nl�f�iBER.
CPF� 90°i9�fi N�iV �4" t�h�s� 1Airgnsml�slan iVf�in
i��rcef � °� f'WE
@enjemlr� `�homa� Survey, Abstr$ct No.'1�9i
SYAi� AF'�EXAS
COI�N CY �� TARF�ANi
�
§ KTfOW ALL MEN BY THI�SE F'R�5�1��'S
�
Ci�Y o� FoRi WOR�H
P�RMAN�N�' 1M T�� �ACIf.ITY �AS�ME�fi
DAT�;, Au� 3� 2021
GRAN70R; I,ENNAR F�OMES AF i�KAS I.AN� AHD CQNS�Rl1CilON, LTD
GRANTOR'S MAILING ADDR�SS ([ncluding Co�nkyj:
1'�07 MA1�K�i�LAC� �OUI,�VARD, S�JIi� a��
Ii�VINC, DALL.AS �Ol]NiY, YX 7�Q69
GRA�lTEE: CITY (}F FOR�" 1N�R7'N
�R,ANY�E'S MA{LING ADDR�SS {Including County):
�on �°�xa►s ������
FgRT Wo�ti�1, TARRAN'f COUN'i'Y, YX i8702
CONSlD�RATION: Ten Do�[ars ($'10.OD) and other goad and valuable considera#ion, fhe
receipt and sufflciency of w�lch Is hereby acknow�eciged.
PROP�RTY: B�INC more p�r�icularfy descrihad In �he a�taahed �xhlblt� "`A" and "�".
Grantor, for khe Canslderatlon �ald to Grantor and aihsr good a�d �alt�able consfderatlon,
heraby grants, �e�ls, and canvays #o Grantee, Ik� s�tccessors an� asslgns, an exaluslve,
perpetual easement for the constructian, operatlol�, rnaln#enanoe, replacement, upgr�de, and
repalr of a Permanent Water Maln Facllity, harea#ter referred �o as "Faalllk�". The �ac9Hty
includes a�l lnaidental underground and aboveground aftaehrnents, a�ulprnent and
appurtenanaes, Ineiudlhg, but nof Ilmlted to manhalea, manhale vents, lateral line connectlons,
4
I
�
P�rmcaerN Welar Fordtlly kaaemenl
ReV.Z019UB4B
D229��3464
vslves, plpellnes, water meters, junaflort boxes In, upon, under and ecross a partion of tha
�aaement F�roperty and mare fufly descrlbed In �xhibits "A" and "�" attached h�raka and
Ittcorporate� h�reln far al� perklnent purposes, #ageiherwith the right and privllege at any and
alf times to enter �asement praporEy, or any �art thereof, for the purpose of constructfng,
aperating, melr�taining, replacing, up�rading, and repalring said �acillfy,
In n� even# shafl Grantor (I} use ihe Easement ['roperty In any martner whlch Interferes fn any
m�terial way or Is inconslskent with tha rfghfs granted hereunder, or (!I) eren# or psrmli to be
ereo#ed wifhln the �asemeni Property a permanent struaiure ar bullding, Inaiuding, but nai
limlted� to, monumeh# slgn, pale slgn, �illboard, brick ar masnnry fertaes ar walls ar ather
structures that requ�re e buIlding permit, Howaver, Gra�ttar shall be perrnitted ta Inst�lf and
maintaln s oancrete, asPhalt or gravel drlveway, road or parkf�g fat across the �asement
Pra�erty. Grantee shall be abllgated ta resfore the su�Face of the �asement Proper�y af
Grantee's s�la aost and expense, Inciuding the restora#lan of any sidewalks, drlveways, or
simllar surface Improvements iooakad upon or ad�acenf tn the �asemenk PrnperEy whlch may
hawe been remaved, ralocated, altered, cEamaged, or destrnyed as a rasult of the Grantes's
use of ihe �asemet�t PrbA�rty granted hereunder. Provlded, however, #i�at �rar�tes shall no1
be o�flgated to res#ors or replace Irrigatlnn systams ar o#her Impravements Ir�stalled In vfaiailon
af the pravlsinns and Intsnded use of thls �asement Prape�fy.
TO HAV� AND TO i�oLD fhe above-described �asement Prnperty, tagether w�th all and
s�ngtalar the ri�hts and appurkenances #hsreto ln anyway belongfng unto Grantee, snd
Grantee's successors �nd asslgns fnrever; and Grantor does hare�y �Ind itsalf and its
suacessar and ass(gns to warrant gnd forever �e�end all and sfngular the �asement i'raperfy
unko Grantae, Its successor and assigns, agalnst every person whomsoever lawfully clalming
ar to c�alm #he sams, ar any park�kf�ereaf.
Thls dacument may be exeauted In multlple ooUnte�pa�fs, each of wn�ch will be daemad an
ariglnal, bui whlci� togatherwili canstlfUta one insirument. When ihe context requlrss, singular
nauns and �rono�ns In�lude the plural.
�St��EAT'U��S Ap��AR 4N TH� �OL.I.OWING �AG�� r �
Page a af 6 �
Fgrmanent W�lar Fscliily En�emonl
F�arr. 2a1aaeas
D��1223464
Pag� 3 af 6 �
�
GI�AN7�R:
��NNA� HOM�S O� ��JCAS LAN� AIV� CONSi�U�ION, L��,
a Texa� !lmlted paril�ership
By: U. 5. Home Corparatla� flkla LenrtarTexas Holdlr�g Com�eny, lts Ganeral Qartner
By;
,!e nifar �Ila , Authorized Agent
GRAN7EE. Clty nf Fort Warth
By (Sl�nature):StpYp o ke(Aag3,2D21.13;44C�T)
(Pr[nt Name) S��VE C00�C2 , Title PrQperty Management Dlrector
APPROV�D AS 7a �ORM AND L�GALITY
����� ��
By (Slgnature): '
(Pr�nt Name),Ma�� Murray J Tlt[eAssistant Ci�.y At�orney
ACKP�OW��D��M�Ni
SiAi� l�iF i�XAS �
CDIaNiY 0�. �
��FORE NtE, the underslgnad authority, a Natary Publlc ln and �or khe State a# Texas,
an thls day personally appaarad �ennlfer �Iler, Authorlaed AgenE, known t� me fo ba the
same�persan whose name ls subscribad ta the foregoing lnstrumant, and acknowledged to me
that the same was the act of ��NNAR HDIVIES O� i�XA� �.A�fD AN� COHSi�UGTION,
�iD, and thgt helshe exeauted the same as the acY nf sald ��NNAR WOiU4�S D� T�XAS
�AN�3 ANB CONS3"RUCTION, i�TD, for the purposes and �nsideratlan thereln expressed
$nd In tihe eapaolty thereln stated.
GlVEN U{�DER MY HAhiD AND 5E4[. OF O��ICE thEs � day of
� 2�
° LAL1flA LVNN 5Al,GA�O Notary I'ubl[a ln and far tha State of Texas
Natary II1 1117�51681 i9
My Cemml»!on Explrea
�� Jar�uary », 2425
Pcrm�neM �I�r eo[sly esmoel
Re�.�n�eaeos
b��1223484
ACKNOWL�DCE�M�NT
iH� SiA�� OF '��XAS
CflU f�TY OF TARRAN'f §
, B��OR� M�, the underslgnad autharliy, a Natary Publ[c !n and for tha Siate o� 7exas,
on Ehls day personally appeared Skeve Coolce
Pro e Mana ement Ulrector of ihe Gity af �arE Worth, known ta me ta be
the same person rnfiose name is subscrlbed io the foregoing Instrumen#, $nd ac�Cnawledg�d
fo me that the same was the act of the City af Fatt Warth and that helshe exeauted the same
as the act af the Clfy of �or# Worth for the purposes and cansideratlon thereln expressed and
[n ti�e aapacliy therelh. stateci.
GIV�N UNp�R MY HAND AND �EAL OF OF�=iC� thls � r ��y Qf
v vS � , 20 ��,
,
Notary Publlc In and fnr t tate of Texas
�*w� „' h1Aii 71i.L
,;� `�r.� NataryPU�llc
i;��R 5TAT� pF 7�XAS
�'+'�a��*+�° ID�'I33Q28'f5R
�u�+ My Camm, Exp, Apr. 09, 44Y5
Page 4 af 6
W�rmertanl Water FnafflEy �a��maol
Ray.20390d0E
u�a�a�s�sa
�xhibfir •�A"
l,��Al. D��C�1P7'IBN
0.9'i88 ACRES
Page 5 oi 6 �
�FII�G a iraai of land siivated ln tha Ben)amin'fhomas Survey, Absfraci iVv.1497, C�ty o� �'ort Wnrth, 7atrani
County, Texas and bain� a portion of #hat tract of land canveyed fo l.ennar Homes af Texas Land and Cons#ruatlon,
LT�„ accord�ng to the dncument filed of record in lns#rument No, D2�0819529 �fficial Publlc F2ecnrc#s, Tarrant
County, Texas �C1.P.R.T,C,T.), and bein� mare partinularly �ascribed as foflows:
BEGifdt�lN� at a point in th� northeasterly Il�e of said Lennar tract reaorded }n D2�D349529, same b�ing cnmmon
with tha southwaster�y line of tha# tract of land conveyed to �.ennar Homes af T�xes L�nd and Consfruction, LTD.,
accarding to the document �led of record !n Instrument �ia. �21911 D85� (O,P.R.T,G.'i.) at t}�e beginnfng ofi a curv�
ta the laft having a aentrai angle of 5°04'34►', a radius of 2,0�O.Oo feet, a chord baaring and dlstance of 8outh
40°27`32" Wesi, 177.13 feet, from wh[ch a�16-inch iron ro� wlfh plas#ic cap stamped °KHA" found in sald aomma�
li�e bears South 47°00'� 1" �ast, 65,ao feet;
1'H�flC� leaving said ca�nmon flne, nver a�d $crass the ahove-mentioned Lennar krack recorded in D224349529,
the following sevan (7) courses en� distances:
With said cu�ve to the left, an arc distanoe of 'f 77.'f 9 feet to a pQint for corner �f this t�aat;
South 37°�6'15" West, � dis#ance of 1,142.33 faet to a�olnt a#the beglnning of a tangent curr�e to the rlght having a
ceniral angle of 14°49'47", a radius of �,500.OQ feet, a chord bearing and disfance of Snu.fh 45°20'D5" West, 387.42
feef;
With s�ld curve to tF�e rlght, an arc distance af 38�.20 feat to a point for carner of fhis #r�ct;
Norih 36'S3''{6" West, a dlsiance of 2�.0o feet to a paint at the baginning of e non-fangent cutve to the left having a
centrel angle af 14°49'19", a radius af 9,475.00 feet, a chord baaring and d�sf�nce nf North 45°19'�4° �ast, 380,51
feet; .
With said curve #o fha left, an arc distance af 381,57 feet ta a point for corner nf this tract;
Nor�h 37°.r7.r7�'IrJ�� �ast, s distanca of 1,142.33 feet to a pa�nt atthe beginning of a tangenf curve to #he right having a
central angle ofi 5°a4'34", a radius of 2,025,oU feet, a chord bearing and distar�ne nf Narth 40'27'32" �ast, 179.35
feef; �
With said curve iQ the right, returning the abova-mentioned common lfne, �n ara distance of 179,41 feet ta a point
for aor�ar of ihis tract, frarn which a 518-Inch iran rod with plasiic cap stamped "KkiA" found in said common Ilne
bears Narth �47°00'11" West, 40,0o feet;
'fHENC�, Soufh,47°0�`91" East, with said aamman line, a dls#ance of 25.00 feat io the POIPIT A� BE�[�4�V1N� and
cantaining 42,63B square feet or 0.9788 acres nf land, more or less. �
s�N PA-R'or�
REGISTER�� PROFESSIONAl.
LANR SURVEY�R NO, 58B0
400 �[. oKu�HoMA �R, sUl�'E 1a5
C�L1NA, T�XAs 75ooa
PH. h69-50'1 220D
sean.�si�c►nQkimley-hnm.Com
�. ..�. �,�,. �.,.,w
S�AN PATTON
. .� ..�.�.r��......���.
�9A�°�'�ss a�'�o�'
NQ'•sU�V��
wa��� �as�n��N-r
sENJAMIN THOMAS SURVEY,
A85TRACT NO. 'f�497
CITY OF FORT WORTH
TAR�RN� C�UNTY, TEXRS
�Cr�tl� >�> ����t
�1
40a N. 6kiahum� ddvs, 8ultn 1U5� Te4 NQ� (�6➢ �01�R00
Ctllqa, 7eue� 76tioY FlflM # 1TN��fi83
�, �� �� Pt':, `i.� � � '
WA �PA it1iA a5liMw24 oaazzst� 1 aF2
o�z���34s�
�xhib�t "�"
Pag� 6 of 6 �
r
� �� 1
� �
�
�� �AST TRAC7 (CALL�D I
698,415 AQRES)
BOA SORT�' LIMIT�q
PARTNERSF{IP, ak al
INSi`. NO, D20Sp84679
D,P.R,T�C,T�
', i
_ � \ `
\
e;�"04'34°
��zo�s.00� �
�^���,��� %
C�=�140°2i'S2"� r
C=179.35'�
I RFC
40.D0'
S47°�D''I � °E
25.OQ'
�.�.�.
sa7'oo'9 f"�
B6,tl0'
IRFC
e;5°04'34��
�i=2000,Q0'
L�9 77,19'
CB=S4U°27'�2"W
C;'1 T7.'E 3'
� D14AINA�E FASEM��fT
\ � IN5'li�-�7Z26203383
HORTH �; � U.R.T,C.T,
\ �
� 1ao 200 \\ \
aRAPHIC SCAEE IM F � � �
�GLE MOUN7AIN PIPEI,IN� � \
VARIA9L� WIpTFE FASEMENT �
CAUSE #03-19338•1 �
CCF#t D2d5057855 �(r
D.R.TA,T. f ' .
�w�iNAae �As�M��vr
IN5T�-D22Q2f13363
n,R,T.�.r.
B�NJAMlN TH4MA5
SURVEY
A95TRACT NO. 14$7
s
a��� O
�� �� �� ��
p� 4��` �'�' �.°a��
2� 0
�
`- �f� `� ��� � �� ��
��
G� �'� ���oa'
�
e
o,
G��q,�4 ��� o� �A
G� ti ��n o �
N3B°�3'16"W�d��� ���•
N�7ES
Bsaring sysiem besad on iha Taxaa
Coordln�te 5yslem o} 1983, North Cent�al
Zort� (42f12), Nortf� Amerlaan Dstum nf 1993,
S�AN PATfON '
��G15T�R�D PRO�'�5SlaNAI.
Ir4Ni] SURV�YDR Nq, 5660
4Q0 N. OKLqHoMA DR, SUiT�'105
CEL,INA, TEXAS 75�08
!'hE. 46�-5t�'i �2200
sean,pattan@klmley-hem,com
� I.ENNAFi HOM�S OF
` T�XAS LAN� &
CONSTI�UCTl��i, Ll'a
� � INSi', N0, D21914U861
\ � o.P.R,T,c.T,
h q\E� `pr�
���19� I�9`r���
�6���8 a��. �Y,��-.
I
tiv � I.EGEND
� e � CHNTRAL ANGl.E
P,Q.B. a pO1NT OF
• � BES31�1NINO
LENNAFt H�MES (]F � IRFC � lRON ROD WICAi�
iFXAS LA�ID & I FOUNi�
CON5TRUCTtQN, L7D r L]�R.T.C,T, � p�ED RECOR�S
IfJST, NO. I]220319628 1 OF 7ARRANT COUNTY,
O,P,R,i.C,T. � 7EXAS
.� 0 P R T C T � QFFICIAL
pRAiNAOE EASEME��'
IF]5T#-�220203383
d��,r,c,r,
PUBLfC R�C�RDS, TARF�N'i
couNN, rExA,s
ex�MprEa �r�,cr
�nNn
VOl., 5661, PG. 229
b.R.T,C.i, �
1111ATER EAS�M�NT
BEN,JAMIN T�fOMAS SURVEY,
ABSTR�►CT NO, 1497
�ITY QF FOFtT' V110RTH
`FARRANT COUNTY, iEXAS
���40�2 S�ibs��g�ce a�c� �Pl�ys��al Cor��g�no��
7['�-I�� lPA�]E L]El�'�' �l�T�]C1�T���l�T.AI��'� ��Al��
CTTY QF TORT W012TH
STAI�DARD CONSTRUC'1'ION SPECIFICATIONDOCUMENTS
Revised 7uly 1, 2011
NQRTHPOINTE 24-Il�iCH WATERTRANSMISSlOI� N1ATN (N4-lAJ
City Project No. 103505
����� ��`���T���
7
ii�HElt� I� i�LL ����{�F�ffi
August 5, 2019
Geo�edtnienl
Consiruciion Matertals
Enviro�amentat
TBP� Firm Ne. 813
Lennar Homes of Texas - Xr�ing
1707 Market Place Drive
Irving, Texas 750b3
A,ttention: Mr. 7ustin Christ
Re: Pa�enn.ent Recornznendations
5�58 Brush Creek Road
Part Worth, Texas 76119
Norkhpointe
Soutkawest ofHicks Field Road, West o�N. Saginaw Boule�ard
Fort Worth, Texas
ALPHA. Report No. W 19Q839-A
Tel: 817-496-5dOD
Fax: 817-496-5608
www. adphatest i ng. corn
Subrnit�ed herein are the recornrnended pavernent sectians for the proposed subdivision
(Northpointe). The proposed subdivision is generally located about ane mile west of the
intersection of Hicks Field Road with North Saginaw Boule�ard in Fort Worth, Te�as. This
study was authorized by Mr. Justin S. Christ on ApriI 2, 20I9 and performed in accordance r�ith
ALPHA Proposal Nn. 7�5D0-revl dated Apri12, 2019. This report is an extension of ALPHA
Report No. W190839 dated July 17, 2Q19 containing geotechnieal recommendatians for
residential faundations. Additianal reports will also be issued coniaining �oundation reports �or
remaining portions of t�e site not covered by the referenced report.
T�e purpose nf this study is to develop pavement sections for the planned 5treets in the subject
subdivision in accordance with the City of Fort Warth Pavement Design Manual {ra�nuary 2015j.
We understand the propo��d streets within. ihe subdivision cauld be classified as "Residential-
Urban", "Callector" or "Arterial", as described in the referenced manual. ,
PURPOSE AND �COPE
The purpose of this g�otechnical exploratinn is for ALPHA. TESTING, INC. ("ALPHA") to
e�aluate for the "Client" some of the physical and e�gineering properties of subsurface materials
at selected locations on the subject site with respect to �'ormulation of appropriate geotechnical
design paranaeters for the proposed pavement. The field axploration was accomplished by
securing subsurface samples firom vvide�y spaced test barings per%rmed across the expanse of
the site. Engineering analyses were performed fram results of the field exploration and results af
Iaboratory tesis perform�d on representative samples.
Also included are general corn�ments pertaining to reasanably anticipated con�tructian prablems
ar�d recommendatians concerning earthwork and quality controj testing during construetion.
This information can be used to evaluate subsurface conditions and to aid in ascertaining
construction rneets praject specifications.
ALHA Report No. W 190839-A
Recommendations provided in this report were develaped from information obtained in test
borings depicting subsurface conditions only at the speci�c boring locations and a� the partic�lar
time designated on the logs. Subsurface conditions at other locations may differ from those
obserrred at the boring locations, and subsur�Face conditions at boring locations may vary at
different tim�s of the year. The scope of work may not fully defizae th� variability af subsurface
m�aterials and canditions that are present on the site.
The nature and extent of variations between bor�ngs may not become evident until construction.
If significant variatians the� appear: e�vident, our office should be coniacted to re-evaluate o.ur
recammendations after perforzning on-site observations and possibly o�her tests.
SU NIIVI ARY OF RECOMMENDATIONS
Table A contains a sutr�mary of pavement section requirements for propased streets at the subject
praj eci.
TA'�[,F.. A
_ .11l177�71A'i"f [)fi���ypm�*!f �lPCf1Qi1 Re��y�irpm�u�3
�treet C'la;sif3cd�-ir�n + IRe�idential -iJ�6art + C:{Rr?a�•+�r
PCC Pa�eme:nt Thickr�ess(in) placed
on lime stabilized subgrade soil
28-day Concrete Coanpressive
Strene-�h �nsil
Subgrade Treatment
Application Rate (lbs per sq yd)
Reinforcing Bar No.
Reinforcing Bar Spacing {in)
3,6�0
6 inches Lime
30
3
18
7%
3,60fl
$ inches I,izne
30
3
18
A rteria l
1D
3,600
8 inches L.ime
30
4
18
Further recommendations and analyses used to d�velap ihe 5urnmary in Table A are provided
further in this report.
FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of 192 t�st borir�gs to d�pths
of about 6 ft to 15 ft. The test borings were performed in general accordance with ASTM D A20
using standard rotary drilling equipment. The appro�imate locatzon of each boring is shown on
the attachad Borzng Location Plan, Figure lA and IB,
Subsu�Face types encountered during the field exp�oratian are presenied an the attached Log of
Borir�g sheets {6oring logs). These boring logs cantain our FieId Technician's and Engineer's
interpretation of conditions believed to exist b�tween actual samples-retrieved. Therefore, the
boring logs contain both �actual and interpr��ive information. Lines delineating subsurface strata
on ihe baring Iogs are appraximate and the actual transttzon between strata may be gradual.
2
ALHA Report No. W I90839-A
LABORATORY TEST�
Selected samples of th� subsurface materials
engineering properties as a basis in providing
and earihwork const�uction. The following
pavement section recommendations:
were tested in the laboratory to evaluate their
recommendations %r pavement sectio� design
laboratory tests were performed to facilitate
� Moisture Content (ASTM D 2216)
� Atterberg-Limits (A�TM D 431$}
� Unconfined Compressive Stz�ength (ASTM D 21 fi6)
� Sulfate Content (TX-145-E Part II)
� Lime Series (Plasticity Ir�dex vs. Lime Content)
In addition to conventional laharatary testing to assess engineering properties af the soils
obtained, bulk samples were obtained firom the site in the vicinity of Soring 38 t'or mflisture-
density relationship testing (standard Proc�or, ASTM D 698) and California Bearing Ratio
testing (CBR, ASTM D 1183). Individual test results are presented on the attach�d Lag of
Boring or sumrn.ary data sheets. � �
GENERAL SUBSiiRFACF. CONDITIONS
Based on geolagical maps ar�ailable from the Buireau of Economic Gealogy, published by The
University of Texas at Austin, the project �ite lies within the undivided Fart Worth Lim�stone
and Duck Creek formation. This undivided forrtaation generally consists of alternating iayers of
limestane and marl (limey sha�e). Residual overburden soils associated with these undivided
fo�mations generally consist af clay soils characterszed by moderate to high shrink-swe11
potential.
Subsurface conditio�s encounteced in most of the borsngs generally consisted of clay, shaly clay
andlor sandy clay to depths of about 1 ft to 11 ft below th:e ground surface underlain by
limestone andlor shale extending to the 6 ft to 15 ft termination depth. LinnestonE was
encountered at th� surfaee in Boring 90 which extended to the 10 ft termination depth. Clay or
alternating layers of clay and limestone extended to the terrnination depth of so�ne of the 6orings.
Clayey gra�el was encountered in the upper 1 ft ta 2 ft in Borings 39, 41, 5S and I45. Mare
deiailed stratigraphic information is presenied on the atta.c4�ed Log of Boring sheets.
The granular soils (clayey gravel) encountered �n some of the borings are cansidered relaisvely
pe�neable and are anticipated to have a rela�i�vely rapid response to water movez�nent. Howe�er;
the clay, limestone and shala eneaunt�red in the borings are relatively impermeable and are
anticipated to have a relatively slow respons� to wa�er movemen,t. Therefore, several days of
observatiar� would be required to evafuate actual groundwater Ievels within t�e depths explared.
Also, the groundwater le�el at the site is anticipated to fluctuate seasonally dep�nding on th�
amount oi rainfall, prevailing weather conditians and subsurface drainage characteristics.
Gro�ndwater was encountered in in several barings at de�aths of about 1 ft to 14 ft beltivv the
ground surface. It is coznmon to encounter seasonal groundwater from natural fractures within
the clayey matrix, at the soi�/rock {limestone} interface or frorn fracttares in the rock, particularly
during or after periods of precipitation. If more detail�d �rou�ndwater infoz-mation is required,
monitoring wells or piezometers can be instalIed.
ALHA Report No. W19�839-A
Further details concerning subsuriace nt�aterials and conditions encountered can be obtained from
ihe attached boring logs.
ENGINEER.�NG ANALYSIS AND RECOMENDATIONS
Calculations used to deterrnine �e required pavement thickness are based only nn the physical
and engineering properties a�the materials and conventional tniclrness determination proc�dures.
Related civil design factors such. as subgrade drainage, shoulder support, cross-sectianal
confg�rations, suz�face eIevatiozas, joint design and �nviran.zx�ental faetors will significantly affect
the service life and z�ust be incIuded in preparation af the construction drawings and
specifications but were not included in the scape of this study. Normal perrodic maintenance
wi11 b� required for al1 pavement to achleve the design Iifa of the pavemeni systezn.
Ya�emen�t Suh�rad� Preparation
Based on review af'the borings and preIirzainary grading plans of Phase lA prepaxed by Kimley
Horn and Associates, Znc. (Northpointe —�heets C-26 and C-27), and assumed maximum cuts
and fills of 4 ft ini tl�e remaining portions af the sit�, it is expected the pavement subgrade could
consist of clay soils or sixnil�r onsite materia2s used for gradit�g the site. The pavement subgrade
could also consist of limestone in some areas dep�nding on the given location aIong the
alignment and grading requiremants. Sinc� the subgrade conditions and required treatments
cauld vairy alang the proposed roact alignment, ALPHA should be retained to observe
construction to verify conditions are as ez�pected. Also, �ve shnuld be provided with the fiinal
grading plan for review prior to construetion to verify or modify in writing the recornmendations
contained in this report.
The exposed clayey surface soils should 6e scari�ad to a depth of 6 inche� and $ inches for
Residential Urban and Collector/Art�rial streets, respectively, and mixed with a minimurn 30 I�s
per sq yard of hydrated lime (by dry sail weight) in canformance with TxDOT Standard
Specifications Itezn 2b0. The recommended application rate is the miniznum required by the City
of Fort Worth. The results of Iime series tests performed on representative clay samples are
attached (Figure 4A through 4D),
We recommend lime stabilization proc�dures extend at least 1 f� beyond th� edge of th�
pavement ta reduce effects of seasonal shrinking ana swelling upon the extxeme �dges of
pavement. The soil-linne mi�ture shouId be compacted to at least 95 perce�.t of standard �roctor
maximum dry den:�ity (ASTM D 698} and within the range of 0 to 4 percentage points aba�e the
mixture's optimum maisiure content, In a1I areas where hydrated lime zs used to stabilize
subgrade saiI, routine Atter6er�-limit tests should be per�armed to verify t1�e resuIting plasticity
index of the soil-lime mixture is at/or below 15.
Mechanica� linne stabilizatian of the pavement sUbgrade soil wall not prevent normal seasonal
mo�enaent of the underlying untreated rnateria�s, Paveme�t and other ftatwark constructed at
final grad�s as could experience sail-related patential seasanal movements of up to 5 inches
depending on the dept� of limestone fram final grade. �'atential seasonal movements are
discussed in t�n.ore detaiI in ALPHA Report Na. W 190714 perforrned for t�Ce residential
foundations to be constzucted at the site. Further evaluation of potential movernenis will be
pravided for portions af the site autside af Phase lA in. separate reports prepared for the
found�tion recommendations.
ALHA Report No. W 190839-A
Lime stabifization of the pavement subgrade is not required where the pavement subgrade
consists of Iimestone, Xn pavement areas where limestane is e�posed after finai subgrade
eIevation. is achieved, on-site lime stabilized clay cutt�ngs, on-site processed limestone cuttiungs,
or flexible base materia� could be used as a leveiing cour�e {as n.eeded) to provide a smooth
surface for placement of the pavement.
California Bearing Ratio (CBR) tests perforrned �or this project indicate the CBR values for the
natural clay soil tested could he about 4.3 to 4.8 {�'igure 3). Following improvement �with lime,
the CBR va�ue for the lirne stabilized cIayey soils is expected to be at least 10.
Portland Cemer�t Concrete Yavemen� Sectian
Using the I993 AASHTO paverr►enfi design procedures (W�nPAS computer program distributed
by Arnerican Concreta Pavement Association), the foilowing dasign parameters wera used in
analyses of the PCC pavernent section.
� Compressive strength of concrete
� Modulus of Elasticiiy
� Madulus of Rupture
• Modulus oiSubgrade Reaction*
� Load Transfer Co-efficient
o Drainage Coefficient
� Initial PSI
� Tez-iminal PSI for
� Standard Deviation
• Reliability
3,600 psi at 2$ days
�,D00,000 psi
620 psi
280 pci
�.a
1.0
4.5
2.0 (Residential Urban)
2.25 (Collector)
2.S {Arterial)
0.39
85 percent
'�Subgrade prepared with lime stabilization, ar graded limestone as discussed in the previous
section.
Using t�e Str�et Classifcation of "Residential-Urban" as described in the referenced Fort Worth
Pavennent Design Manual, it is estizinated annual traffic voluma wili be about 35,000 Equiva�ent
Single•Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual
traffic grorr�th. Based an this, we estimate ths cumulati�e ESALs over the design life of the
Residential Urban street pavement to be about 930,000.
Usin.g the Str�et Classi�icaiion of "Collector" as described in the referenced Fort Wo�rth
Pavernent Design Manual, the annual traffic volume wi31 be about 100,OQ0 Equiva�ent Single
Axle Loads (ESALs) in one direction aver a 25-year design life with 1.S percent annual trafiic
grorwth. Based on this, we estimate the cumulative ESALs over the design life of the pa�ement
to be about 3,000,000.
Using the Street Classification of "Arterial" as de5cribed in the referenced Fort VVorth Pavem.ent
Design Manual, the annual traf�'ic volume will be about 300,000 Equivalent Sing�e Axle Loads
{ESALs} in one direction over a 30-year design ��t'e vwith 2.5 percent annual traffc growth.
Based on this, we estimate the curnulative ESALs over the desiga life of the pavement to be
about 13,000,000.
ALHA Repart No. W 190839-A
If the actual cxpected traffic �rolume is different rhan used for our analysis here2n, our of�ce
shoula Ue provided with the ac�uaI expected traffie volume so that we can re-evaluate our
recorrrmendations.
Based on the subgrade preparations recomrnended herein, the prajected t�affic voluzne and stated
design parameters, a minir�aum b-inch section of Portland cexnent concrete is requirec� for
Residential Urban classifed st�re��s, a minimum 7%-inc� section of Partland c�ment conorete is
r�quired for Collector classified stree�s az-id a minimuzn 10-inch sectian of Portland cement
concrete is required for Arterial classified streets at this project.
PCC should have a mit�imuzx� 3,b00 psi compressive strength at 28 days. The concrete section
should be placed over a properiy prepared subgrade as discussed herein. Cancrete should be
deslgned vvith 5� 1 percent entrained air. Reinfarcing steel for concrere pa�ement should be in
accordance with Table �.1 of the referenced Paveznent Design Manual. doints and saw-cutting in
concrete should be in accordance witl� Section Faur a�tk�a ref�renced Pavement Design Manual.
Drainage and Maintenance
Routine maint�nance, including sealing af cracks and joints shouid be performed over the life of
the pavement. Adequate drainage shQuld be pravided to reduce seasonal variations in the
moisture content of subgrade soils. 1WIa'rntainin�g positive surface drainage thraag�aoa� the Iife
of t�e pavemenf is essential.
Soluble Sulfate�
A tatal of 26 samples obtained frozn the borin�gs were tested for soluble sulfate concentratians.
Results of the labaratory testing (T�OT Testi Meth.od TEX-1q�5�E Part IX) are surnmarized 'tn
Tabie B,
, � �ALHA ReportNo. WI90839�A �
— 7E'�'� �� � �3
,�y;►I�ih�c �?�flf'��v4 _
��;?I�IE` �u=�=!!� i�4�?t�� � ;4rF? , � �n4����[,'. ��llfa�u+
I �'�P, .� � �Dt
P2�.r. f�1D. _ I't _ _ _ '���� �P's"r�} _I
1 r Z-� Tan Clay 4�
2 11 2-4 Brown Clay 5S
3 25 2-3 Tan Clay 34
4 49 0-2 Brown Ciay Sg
5 51 0-2 Brown C1ay ��
6 57 a-2 Tan Clay � 1
� 73 p_�, Brawn C1ay �4
S 78 2-4 Br4wn Cjay 66
g gg 0_2 Brown Clay 101
10 105 0-1 Brays�n Clay 61
11 I13 0-2 Brown Glay $�
12 116 0-2 Brown Clay 84
] 3 123 2-4 Bz'own Clay 110
1� 126 2-4 Tan Clay 86
15 136 �-I Brawn Clay 154
16 140 0-2 Brawn Ciay 59
17 142 0-2 grown Clay 58
18 1�47 2-4 Brown C1ay 148
19 I52 0-1 Brown Clay '��
20 154 2-4 Brown Clay 63
21 156 2-4 Brown C3ay � 63
22 179 0-2 Brown Clay � a�
,
23 l 81 0-2 Dark Brown Clay �3
24 184 D-1 Brawn Clay 7�
25 18� 4-2 Brown Clay b6
26 190 0-2 Brown G1ay 7�
Based on tha resu�ts of labar�tory testing, the soluble sulf�te content measured in the sarinples
tested is cpnsidered relatively low (�3,040 ppm). It should be noted that concentrations of
soluble sulfates in soil are typically very localized and concen�rations in other areas of the site
could vxry signiiicantly. Therefore, it is recommended sulfate sampiingltesting be perfortned
along the pavement subgrade during construction. During canstruction, experienced
gentechn.ical personnel should malce close abser�vations �ar possible sulfate reactions.
ALHA Report No. W I 90839-A
GENERAL CONSTRTJCTZON PROCEDURES AND RECOMMENDATIONS
Variations in subsurface conditions coula ba encounterad during construction, To permit
correlation betwe�n test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering frrn be retained to
observe consfruction procedures and rnaterials.
Some construction problems, particularly degree ar magnituda, cannot be reasonably anticipated
until the course of const�uction. The recommendatians offered in the folIowing paragraphs are
intended not to limi� or preclude other conceivable solutions, but rather to provide our
observations based on our experience and understandzng of the project characteristics and
subsurface conditions encountered in t�e borir�gs.
site Pre�ar$tion and Gradiun _
Limestone �enras encountered within 4 ft af the ground surface in several of the borings. We
e�pect lir�res�c�ne wrt1l encountered during grading and general excavation at this site. From our
e�perience, this lixr�estane can be hard and dif�cult to eXcavate. Rock excavation methods
{including, but not limited to roek teet�, rippers, jac�C hammers, or sav�+cutting) may be requir�d
to remove the limestane. Crushing equipment rnay be required to pracess this Iimestone if it is
desired to use this material as campacted fiIl on the site. The contractor selected should hava
axperience with excavation in hard lirnestane,
All areas supporting pavement or areas to receive new iill should be properly prepared.
After completion of the necessary stripping, clearing, and exca�ating and prior ta p�acing any
required fill, the e�posed subgrade should be carafully evaIuatec! by probing and testing. Any
un.desirable material {organic material, wet, soft, or loa5e soi!) sfiill in pla,ce should be removed.
The e�posed subgrade should be further evaluated by proof-rolling with. a heavy pneumatic tired.
roller, loaded dump trucic or similar equipment weighing approximately 25 tons, to check for
pockets oi saft or loase materiat hic�den beneath a thin cn�st of possibly better soil. Proof-roIling
proce�ures shouId be observed routineIy by a Professional Engineer or his designated
representaiive. Any undesirable material (organic nnaterial, wet, soft, or loose soil) �xposed irom
the prnaf-roIl should be eemoved and replaced with r�vell-�oxn�acted rr�aterial as autlined in the
Fil1 Compaction seetion.
Prior to placezxient of any f il, the exposed subgrade should then, be scarified to a mini�mum depfih
of 6 inches and recampacted as outIined in the �'ill Compaction sectia�. �
If fill is to be placed on existing slapes (natural ar constructed} steeper than six horizonial ta one
vertical {6:1}, the �lI materials should be benched into the existin�g slopes in such a manner as to
provide a nninimum bench width af �va (5) ft. TY�is should provide a good cantact beiween the
e�isting soils and new �Il materials, reduce potential sliding planes, and allaw relatively
horizontaI lift placements.
Even if fiIl is properly caznpacted as recomm�nded in the Fill Compaction section, fills in excess
of about 10 ft are still subjeci to settlemenfis over time of up to about 1 to 2 percent of the total
fill tk�ickness. This should be cansidered when planning or plaaing deep �'ills.
ALHA Report No. W 19Q839-A
Siope stability analysis of embankments (n�tural or constructed} and global stability analysis for
:refaining wa�is �vas not within the scope of this study.
The contrac�or is responsible for designing any excavation slopes, temporary sheeting or sh.oring.
Design of these s�ructures should include any imposed surface surcharg�s. Construction site
safety is the sole respansibility of the contractor, who shall a3so be solely responsible for the
naeans, rnethod,s and sequencing of construction aperations. The contractar should also be aware
that slope height, slope inclination or excavation depths (including utility trench excavatzans)
s�:ould in na ease exceed those specified in lacal, state an.dlor fEdera! safety regulations, such as
OSHA Health and Safeiy Standard for Excavations, 29 CF'R Part 1926, or successor regulations.
Stockpiles shauld be place well away from the edge of the excavation and th�ir heights shauld be
controlled so thay do nat surcharge tkze sides of the excavation. Surface drai�age shauld be
carefully controlled to prevent flor�v of water over tkze sldpes andlor into the excavations.
Construction slopes should be closely observed for signs of mass mav�ment, including tension
cracks near the crest or bulging at the toe. If potential stabiliiy problems are observed, a
gea�ac�nical engineer should be contacted itnmed'zately. Shoring, bracing or undetpinning
required fc�r the project (if any) shauld be designed by a pro�essional engiz�eer registered in the
Stata of Texa�.
Due to the nature of the clay soils found near ihe �urface at most of the borings, traffic of heavy
equipzxi.ent (including h�avy compaction eyuipment) may create puznping and general
deterioration of shallow soils. Therefore, some constru.ction difficulties should be anticipated
during periods when these soils axe saturated.
Fill Com act'ron
The following compactian recomrnendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation
section.
Clay with a plasticity iradex equal ta or greater #han 2S should be compacted fio a dry density
betvveen 95 and 1D0 percerzt of standard Proctor maximum dry density (ASTM D 698). The
cornpacted moisture con�ent of the clays during placement should be �,vithin. the range of 2 to 5
percentage points above optinrium.
Clay with a plastieity index less than 25 shauld be connpacted ta a dry d�nsity of at least 95
percent '.of stand�rd Procior maximu� dry density (A�TM D 698) and with.in the range of 1
percentage point below to 3 perce�tage poin.ts above the rnaterial's optimum rnoisture content.
Clayey soils used as �i11 should be processed and the Iargest particle or clod should be less thar� 6
inche5 prior �o cnmpactian.
ALHA Report No, W 19083 9-A ��
Processed Iimestone or otker rock-Iike materials used as �11 should be compaeted to at Ieast 95
percent of standard Proctor m:aacimurn dzy density. The cozx�pacted moistuxe content of litnestona
or other rock-lik� material5 used as fill is not considered crucial to proper performance.
Howe�ar, if the znaterial's moisture content during placement is within 3 percentage points of
optimum, the compactive effort required to achie�e the minimum coznpaction criteria may be
minimized. In general, processed lirnestone used as fill should have a maximum particle size of
b inches. However, any processed limestone used as fiIl within 3 ft of the fmal pavement
subgrade elevatiQn should have a rna�imum particle size af 3 inches. A gradation oF at least 40
percent passing a standard No, 4 sieve is recozximend�d.
In case� where mas5 �'ills are mare than 10 ft deep, the �lllbackfill below 10 ft should be
compacted to at least I�0 percent of standard Practor �naximum dry density {A�TM D-698) and
within 2 pereentage points of the mat�rial's optunum moisture content. The portion of the
fill/backfill shallo�ver than 10 ft should be compacted as outlrnad herein.
Cnmpaction shouId be accomplished by piacing till in abaut 8-inch thick loose lifts and
compacting each lift to at least the speci�ed minimum dry density. Field density and moisture
content tests s�auld b� performed on each lift.
In general site grading areas where �nal f ll slopes witl be faur horizontal to ane vertical (4:1) or
st�eper and greater than 5 ft in height, field density and moisture content tests should be
perPormed an each �ift.
Utilities
In cases where utiiity lines are more than 10 ft deep, the filll6ackf 11 below 10 ft should be
compacted to ai least �DO parcent of standard Practor maximum dzy density (ASTM D 69$) a�d
within --2 to +2 percentage paints of the material's optimuzxi moisture cantent. The portion of the
�1I7back#"zIl shailower than IO it should be compacted as pre�iously outlined. Density fiests
should be perfaz-med on each lift (maximuzxi 12-inch fihicl�) and should be perfortned as the
trench is being backt'illed. '
Even if�ll is properly campacted, fiZls in excess of about 10 ft ar�e stilZ subject to settlements o'ver
time of up io about 1 ta 2 perce�at of the total fidl thackness. This should be considered �vhen
designing utility lanes undex paverrtents and/or ather a�etrs with deep�Il. �
I� utility trenches or other excavations ext�nd to or beyond a depth of 5 it be�ow canstruction
grade, the conixactar or others shall be xequired to c�e�elop an e�cavation safet� plan to protect
persanr�el entering the excavation or excavatian wicinity. The callection of speci�c geotechnicai
da#a and the development of such a plan, which could include designs for sloping and benching
or variaus types of temporary shoring, is beyond the scope af t�is study. Any such designs and
safety plans snall be develaped in accordance with current OSHA guidelines az�d other
applicable industry standards.
10
ALHA ReportNo. W19D$39-A
Groundwater
Groundwater was encountered in sevaral borir�gs at depths of about 1 ft to 14 ft below the ground
surface. Shallower groundvsrater seepage could be encouniered from th� subsurface stratigraphy
in excavations �or pavement, utilities and other g�neral excavations at this site. The risk of
seepage increases with depth of excavation and during or after periads of precipitation. Standard
suznp piis and �umping may be adequate to controI seepage on a local basis.
In any areas where cuts are tx�ade, attantion should be given to possible seasonal water seepage
that cou�d occur ihrough natural cracks and fissures in the newly exposed stratigraphy. The risk
of seepage is increased where limestone is exposed in excavations and slopes or is near fina�
grade. Tn tk�ese areas subsurFace drains may �e required to intercept seasonal gro�rr�dwater
seepage. Tha need for these or other dewatering devices should be carefully addressed during
cor�structian. Our office, could ba contacted to visually ob�erve fmal grades to evaluate the need
for sueh drains.
LIMITATIONS
Professiona� s�rvices provided in this geotechnical e�ploratian �vere pez�£orrn�d, findings
o�tained, and recommendations prepared in accordance with ganerally accepteci geotechnical
engineering principles and practices. Th� scape a� services provided herein does not include an
environmental assessment of the �ite or investigation fo r t�ie �resence or absence of hazardous
materials in the soil, suriace water or groundwater. ALPHA, upon written request, can be
retained to provide satne.
.ALPHA TESTING, INC. is not responsible for conclusinns, opi�ions or recommendations
rnade by others based an this data.. Informatioz� contained in this report is intended for the
exclusive use of the Client {and their designated design representatives}, and is related salely to
design of the specif"ic structures out]ined on the cover page of ihis report. No party other than the
Client {and their designated design repre5entatives} shall use ar rely upan this report in any
matiner whafisoe�+er unless such party shall have obtained ALPHA's written acceptance of such
intended use. Any such third 'party using this repart after o�tainin� ALPHA's r�vriiten acceptance
sha.11 be bound by the limitations and limitations af liabilzty con�ained herein, including
ALPHA's liability being L'united to the fee pai�d to it for this repor�. Recomm�ndatians presented
in this report should not be used. for design of any other structures axcept those speeif cally
described in this xeport. In all areas of this report in which ALPHA. may pro�ide additional
services if requested to do so in writing, it is presumed that such requests have n�t been made i�
not evidenced �by a written document accepted by ALPHA.. Further, subsurface canditions can
change with passage of ti�ne. Recomxinendations contained herein axe nat considered applieable
far an extended period of iime after the completion date of this report. It is recommended our
afiice be contacted For a re�iew o� the contents of this report for construction commencing more
than one (1) year after connpletion of this r�port. Nan-compliance with any af these
r�quiremants by the Client or anyone else shall release ALPHA from any liability resulting firo�n
the use of, or reliance upon, this report.
11
ALHA Repori No. W I 90839-A
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteris�ics af the project. Zf the CZient notes any de�viation fro�n
the facts about project characteristics, out� office should be contacted irz�mediaiely since thzs may
materialIy alter �e recomrnendations. Further, ALPHA TESTIlVG, INC. is not responsibie for
damages resuIting frorr� workmanship of designers or contractnrs and it is recommended the
Orvner retain quali�ed persar�ziel, s�ch as a Geotechnical Engineering frm, to werify
constructipn is perf'ormed in accordance with plans and speci�cations.
CLOSi7RE
Al� recornmendations in fhe referenced geotechnical report remain unchanged unless specifically
modified herein. We appreciate the opportunity to be of service. I'lease contact us with any
questions pr cam.nnents.
Sincer�ly,
ALPHA TE�TING, INC.
���� - ,r�� 1
�r f
i �
Mark L. McKay, I'.��;�
Directvr of Gaotechnical JEngineering
BJI�/1VIL,M/kIf
Copies: (1-PD�') Cl�ent
�
Brian J. Hoyt, P.E.
Geotechnical Department Manager
Attachments: Boring Location Plan —�'igure 1 A and 1$
Mois�ure - Density Relationship — Figure 2
Californ[a Bearing Aatio {CBR) — Figure 3
Mechanical Lime Series —Figure 41� thraugh 4D
WinPAS Analysis Results ' .
Log ofBarings (Barings 1 through 192)
Key to Sail Syznbols and Classifications
12
Augt�st 5, 2019
� ��,��
HICKS FIELD ROAD
�--
.�
��
�
i
�
/
,+�
,
�
f
4
r
-'�
�
/
.,_�
� _
�� .
e�
.� ,
� �{— -
�
.i�i--
,
�I � h
I > _ � •5
� F._�.
II_.
.�'I 1
.�
�
,
,r
� �
�
�
�
�
�
�
�
z
0
a
�
�
�
0
a
�
�
�
�
�
�
O
�
�
0
�3
�
�
�
�,
�
�
� �
� �
�
� �
�
� �
�
a�
�
�
�
� ��
o �� �
A W •M
� w� Q
A wo� a`
z
����
� ���o
z
O p��U
���,�x�
H��z�°
������
W�����
�o��xw
�z°�°�
�
�
z
0
Q
U
O
a
�
0
aa
., �
�-� �.
- h�� � _ _ . • _ . + - .
z
0
�
�
U
a
�
�
�
�r,I
�Y
�
�
�
I �
� �
1 �
�
J
I �
� �' �
� � �
� � �^ �
�""i
� t�ea FI -�-�
i � c� O
, � � � �
� �� � �
� a
`�� � C7
f � � � �
� �
� � � O
� �
�
i
i
�
� �� '
o �� �
qw �
� ��. �
� �o �
� �
� ���o
z
OW���U
����x�
�zx
zoW�ooa
� �
�H�H�
��� t�a�
az°�°�
so
85
ao
C
�
�. 7s
�
�
�
•�; 7a
�
w
� 55
�
�
60
55
����� �������
1(dHI�F�� 1� 141.L ���IH�
Geofechnfcul u Consfrrectian 1l�a�ertnls � Is'nvlronnre►tttrl +"I'BPE Rirm No. 813
REPORT OF 19f101STURE DEW5ITY RELATION5HIP RESULTS
�ASTAtI �698-A}
Praject No: W190839-A � Ciate; 07/15/19
�laterlal �escriptian:
�lassification: �H �' 73
�ample Lacation: PL: 31
Maximum Dry Llnit Weight (pcfl: 75.4 P� � 42
�ptimurn Maistuire Content (%}: 3U.8 % Passing #2Q0: 72,8%
FICUR� �
u
50
15.6°/a 20.0% 25.0% 30.0% 35,0% 4Q.D% 45.0%
�Vlaisture Conter�t, {%o)
�
s
����� �������
WHERE IT A!t B�OINS
e
13fl
120
1'f0
1a0
90
'� 80
�
y 70
N
Qi
� so
sa
40
30
•20
�a
0
0.4
Ccrrlechnfcal � Conslruclion Matertals o Fnviranmenfa! o TBPE Firm Na. 813
R�PQR7 OF CALIFORMIA BEARIPIG RATI� R�Sl1LTS
(AS7M D1883)
Project No: W190839-A � date: 06/14/19
Material bescription: p
Sampfe Loca#ion: g3g
CSR @ 0.1D Inches = 4.3%
CBR @ Q20 Inches = 4.8°/s
�
,
FIGUR� 3
0,1 0,2 0.3 0.4 0.5 0.6
Penetrafia�, in
�a��A TE���I�G�
11Y'�I��E ��1 �1L1 �€�IilS
Geutechntca! o Construction Materlals o Exvironme�ta! a TBP� Firm No. 813
REPORT O� �fiECHANICAI. LlIV�E SERIES RESIJ[.TS
Praject No: W'f 90839-A I Date. 07/15/19
%a l.imle D% 2°10 4°1n 6% 8%
p� 33 16 12 8 5
7a
ss
sa
55
50
45
40
�' 35
34
25
20
15
10
5
FIGURE �4A
U
0°/u i% 2°h 3% 4% 5% 6°/a 7°h B°/a 9°/a 10% 1�°k 12% 73% 14°/a 15%
Percent Dry 1dVeight of Lime
����� r���ri��
w���€ �T ��� �������
Gea7echnlcrrT a Co�strWcllae Mareriala� o L�'n�tronmenta! o TIIPE Firm No. 813
REPQR7 OF IV�ECHANlCAL LIM� SERIES RESULTS
Project No: W190839-A � Date: 07/15/19
% L'Ime Q% 2% 4% 6°10 8°1a
P! 33 97 11 7 4
70
6a
Ba
55
50
45
40
g 35
30
25
20
15
1fl
5
0 � � � I I I j
0°/n 1% 2%0 3°/a 9°k 5% 6% 7°/a 8% 9°/a 1D% 17% 12% 13°/a 94% 15%0
Percent pry Weight of Lime
FIGEJRE 4B
����� ����i��
wH��� C'� �eL ����r��
Geareeh:rica! e Cona�rrur.iion Maierlals � Envlron�raenla! o'I'BPE Firm PIo. 813
REP�RT OF �ECHAI��CAL LIME S�R1E5 RE5l1LT5
Prajecf No: W190839-A I Date: 07I15119
% L'Ii17B fl°/a 2% 4% 6% 8%
PI 34 1B 12 8 6
70
65
60
55
50
45
40
�35
30
25
20
15
90
5
FIGURE 4C
0
0°/a 1°h 2°% 3% 4% 5°/a 6% 7%a $°/a 9% 16°/ 11 % 12°/a 13% 14% 15°l0
Percent Dry ►Neight of Lime
����� ���r���
W1��!?� IT IILL B��lI��
GCotecnnre�r! •�'a�rs,ru^tmn Materials a�NvtrGA�►tf!l�al . TBPE Firm No. 8I3
REPORT OF 141YECHAiVICAL l.li'�� S�RIES R�SULTS
Project �Eo: W19Q839-A ! Date: 07/45/19
% Lime 0°/a 2% 4% 6°!0 8%
P! 49 26 1$ 1p 6
�o
ss
60
55
50
a5
40
� 35
30
28
20
15
id
5
o ���_, � �„� � F i i i� i � � 1 I I! I,. I! I
0°!0 1% 2% 3% 4°/a 5% 6% 7% $°1a 9% 1Q% '11% 12% 13% 14% 15%
Percent Dry Weight of Lime
FIGURE 4D
l�i�I�A�
American Concrete Pavement AssocEation
Rigid �esign Inputs
Agency, City of Fort Worth
Company: Alpha Testing lnc.
Contractor:
Project �escriptian: Residential Pavement Analysis
L.ocation: Fort Wnrth, TX
Pavement Thickness Design According ko
9993 AA►SHiO �uide �or Design of F�ar►ements Structures
Ftigid Pavement pesignlEvaluation
PCC i'hickness
Design ESALs
Rel�ahiliiy
Overall De�iation
Modulus of Rupture
Madulus of Elasi9city
5.91 inches
930,000
85.D0 percent
0.39
620 psi
4,�D{1,fl00 psi
Loasf Transfer, .]
Mod. Subgrade Reaction, k
prainage CoefFicient, Cd
Inikial Serviceability
Terminal 3erviceaf�ility
Modulus of Subarade Reactfon (k-valuel Determination
ft�silient Madulus of the Subgrade
Resilient Modulus of the Subbase
Subbase Thickness
Qepth to Rigid �oundation
Loss of Suppart Vafue (0,1,2,3)
0.0 psi
0.0 �i
0_00 {nches
0.00 feet
0.0
Modulus of Subgrade Reaction
280.Q0 psilin
3,OQ
280 psilin
1.OD
4.5D
2.00
Thursday, Aprll 23, 2015 1:12:04PM �ngineer:
ld'Vi n ��S
Pavement Thickness 17esign According to
1993 AASH�'O Cuide for Design of Pa�ements Struct�res
American ConcreCe Pavement Assnciation
Rigid D�s"rgn Inputs
Agenay: City of Fort Worth
Company: Alpha Testing Inc.
Contractor;
Projecf pescription: Collectnr Pavement Analysis
Location: For� Worth, TX
Rigid Pavement DesignlE�aluation
7.52 inches
3,OOQ,000
85.00 percent
D.39
620 psi
4,00O,OOp psi
Load 7ransfer, J
Mod. Subgrade Reactian, k
�rainage Coefficient, Cd
Initfa� Serviceabifity
Terminal Ser�iceabillty
3.00
28D psllin
1.D0
4.50
225
PCC Thickness
Deslgn L�SALs
Reliabili#y
O�erall peviation
Modulus af Rupiure
Modulus of Elast�cfty
Madulus of Subprade Reaction (k-�alue) Determinativn
Resilient Modulus af ti�e 5ubgrade
Resilient Modufus of the Subbase
Subhase Thickness
Depth to Rigid Faundation
Lass of Support Va�ue (0,�1,2,3)
Modulus of Su6gracle Reactfon
D.0 psi
Q.6 psf
O.QO inches
O.pO feet
0.0
28O.Q0 ps1lin
Thursday, April 23, 2a45 1:19;04PM Engineer:
►llli r� �A�
Pavement Thlckness beslgn Accordfng to
1993 A�►5Hi0 Guide fior �esign of �avements Strucfiures
American Concrete Pavement Assoclation
Rigid �esign Inpu�s
Agency: City of Fork Worth
Company: Alpha Testing lnc.
Contractor:
Projeci Descriptian: Arterial Pa�ement Analysis
Locatian: Fort Warth, TX
Rig9d Pavement DesignlE�aluation
PCC Thic�mess
Design ESALs
Reliability
Overall De�iatian
Modulus of Rupture
Modulus of Elasticity
9,$7 inehes
13,000,000
$5.�0 percent
0.39
620 psi
4,OOO,D00 psi
Load Transfer, J
Mod. Subgrade Fteaction, k
Drainage Coefficient, Cd
initia{ 5erviceab9lity
Terminal Serviceahiliiy
3.00
28� psilin
1,fl0
�4.50
2.50
Modulus of Sub rade Reactio� k-�alue �eterminatiott
Resilien� Modulus of the Subgrade
Resilient Modulus of tF�e Suhbase
5ubbase 7hickness
Depth to Rigid Foundation
Loss of Support Value (0,9,2,3)
Modulus of Subgrade Reaction
O.Q psi
0.0 psi
0.00 inches
D.00 feet
0.0
280.00 psilin
Thursday, April 23, 20�5 9:a9:59PM Engineer;
�p����111rrr So58B�ushCr�ekl�d. BORING NO.: �
� � � NI � � � � � � � �' � For•t {;'ordh. Texas 76I19 Eet 1 0
A �� Phone: 817-49�-5600
Fax: 8�7-496-56D8 PROJECY NO.: W� 90839
Ylf Ff E�� f T 14 L L ��a � I iV1 S is'tuiv.ulphatesting.com
Glient: Lennar Homes af Texas - lrvin tocatfan:. Fort Wprth,, Texas
Project: . Northpointe Surtace Elevation:
Start Date: 6/21/2019 ��� pafe: 612 1 12 0 1 9
West:
Drflling Method: CONTINUOUS FLIGHT AUGER North:
Hammer drop (lbs 1 in): 140130
� GROUNb WATER 08S�RVATIONS � -o.S � E�, v� � x
� � ` IOn Rods (ft): iVON� � �, a`� � � U.w�',, c'.� 'a�i �, '� �� � o
n a TAfter I3rilling (ft): DRY Q o� �� o� c a' �o �."n. � :a � m
O U �
p � =�A#ter_ Hours {R): � �� �j G °- � p � °`Q' Q �� � J n � co
� �a � �� Z � � � a
MAT�RIAL DESCRIP'flON
Brown CLAY with limestone fragments
4 28
2.0
I� 7an CLAY with calcareaus nodules and limestone
I I � I ( fragments
y I 4 2.4 909 i9
����f
� �� If�
� I I� I 4.5+ 12 32 16 16 0.0
#I �I
I��I
II�II 3 1E
I 8.0
7an LIMESTON� with clay seams and layers
1001
'[0 , ���
14.0
Gray LIMESTONE with shale seams 1001
'15 15.0 4.5��
TEST BORING 7ERMINAT�D A7 15 FT
5058BrushCreekRd. gORlNG NO.: 2
A � � � � � � � � � � � � Ford War11�, Texas 761I9 �j-
� � Ahone; 817-496-Sb00
Fax: 817-996-5608 �3�QJ�,C�' [i�Q., W19Q839
� � � � � � � � I I � �' ly � "� S� wtivw.alphatesling.cam
Cjient: Lennar Homes of Texas - lrvin Location: Fort Worth 7exas
Project: Northpflinte 5urface �levation:
Start bate: 612112D'f9 End Date: 612112Q19 West:
Urilfing Method: CONTINUdUS FLIGHT AUGER North:
Hammer Drop (Ibs ! in7: 14013U
GROUND WATER dBSERVATIQNS u, ` � � � Q � �7 �, � .. �
" o T' N� .-m U� c� m � �E � c
� � �,,On F2ods (ft): I�EONE H �� � �' °� a� v.� ��+u� �� c -� -� �
U oRY ° �' �
� :c �Afler Drillin9 ��)� a o� � a o o ,,�__ c�N � a U � �v, .,�� 3
n � � � d� p-.- c N o q' m m (�
o � �After� Hours (ft): � qC v c � �cn ` o •� � :J n. m
C7 � � � Q C � � � d
�
MATERIAL bESCRIP710N
Dark Brown CLAY q, 27 71 24 47
i.Q
ian LIMESiOf�E nvith clay seams �nd layers �
a s��
s
631
12"
10 1 �.0
T�ST eORING T�RIIhWA7ED AT 14 FT ,
15
A���I A,�� T E�� I�� SOSBBrushCreekRd. BORIIiIG IVO.. �
� Forr Wortlr, Texas 76I19 ��t p
Phone: 817-49G-SdOD
F�: al�-a96-s6as PROJECY NO.; W� 90$39
�ii iri � � � � �� A �. �. � � �1 i � ..� }vt++iv.alphatestit�g.com
Client: �.ennar Homes of 7exas - Irvin Location: Fort Worth Texas
Project: North ointe SurFace Elevation:
Start qaie: 612112Q19 �nd Date: 612112Q19
West.
Drilli�g Methad: CONTINUOUS FI,IGHT AUG�R �y���:
Hammer Drop (Ibs ! in); 140/30
�, GROUiVD WA7ER 06SERVATIONS �, a-� � � � ,� � x
� o Q o cA " a� a,rn " ;... « p�
�-. � \_'On Rods (ft): �1dNE F z, o� � a� U�, c.m w � � E � a
:c
�Aflfer Drilling (ft): DRY �+ �C�1 m a � E � rn mfl '��' a � U �
n �. �
°? `� /After_ Ho�rs (ft): � �a �� � � � a�i �N o � � �� � a 3
� Ur � us C7 � o W o o�, y � m rn (n
Uj � �� � �� z� � � 0. m
d Q � � �2 a
MATERIAL dESCRIPTfON
Brown CG4Y with lirr�estane fragments
28 B2 23 39
1.0
Tan I.IMESTONE with clay seams and layers
10Q/
g D.75"
� �00/
14 � 10.d 1,75��
Gray l.IMESTONE with shale seams
1 a01
15 15,0 �.75��
T�ST BORING TERMINATEQ AT 15 F7
5fJ58BfztshCreekRd. gp���G NO.: 4
� � � � � �� � � � � � � � F'ar1 Wor1h, Texas 76719 —� ��t�
�� Phone: 817-496-5600
Fax; 817-49h-3608 �Ro,r�cr No,• W19o839
Illd F1 E F� � i�' A�. ���� l PJ 5 �+�+�u.adphatesrirrg.corn
Glient: Lennar Homes ot Texas -{rvina _ Location:_ �ort Worth, Texas
Project:_ Northpointe Surface Elevation:
Starf �ate: 6124120'f9 End �ate: 612412 0 1 9 West:
�rilling Method: CO�k71NUQUS FLlGHT AUGER Naf'th:
Hammer �rop (Ihs 19n}: 'f40 130
CROUN� WA��R OBSERVA710NS m � � ��� y o, � . - �
�' �- � �� �- �� a'd 'a� � E � c o
a°�i � -'On Rods ft NONE ��' o� m a' V •Ni� �� � � :� _
4. U v. ( ): _
r 'Rftel' QI'lllin ft: ��C�'J � o �� °� rn�� Z'm a a c> �' m
a a _ 9 i) DRY a, �� a� � a 4�-- � aN ❑" U � m �in u�'i
a �+ �After_ Haurs (ft): �� � � ��N a°� '� � � Q, a
� � .n�. a � ' �
�
IVfA7�R]AL DESCRIPTION
Brown CLAY with limestone fragments '
_ 9
2,0
Tan L1MES7dNE wilh clay seam� and �ayers
106J
1.75"
5
9.0
Gray LIMESTON� with shale seams � ipp�
1.5'�
10 10.fl
TES�' BORING 7�#�MINATE� AT 10 FT
15
� � � � � �� � � � � � � � SOs8B�7�shC��eekl2d. BQRIMG 1�lO.' ,rj •
� For! Worth, Texas 26I19 '
Phone:817-49G-560D eet o 1
Fax: B17-q96-S608 pROJ�Ci iVO.: W190839
W N� � A � I t' �, � � � � � � � � 3v�v�v.alphtttesting.com
Client: Lennar Homes of Texas - Irvin Location: Fort Worth Texas
Project: North ointe Surface Elevation;
Start �ate: 6I2412019 E,nd Date: 612g120'i9
west:
Dri�[ing Method: CON7INUOUS F�IGHT AUGER North:
Hammer Drop (Ihs ! in): 144130
o, GI�OUiVD WATER OBSERVATIO�IS � -o.� y� � r � x
� � a � c� � o � � 7 rn � . . a�
� �On Rods (it)� NONE F Z, o N ��, Uv c,� 'v � � E c o
Q a �After Drilling (ft}: DRY � o� � d a E �� �� �Q c � J — �
o u ;�
p �° -1_After,�.,� Haurs (ft}: � � � �j � a fl � � a N ❑''' v �. � :� t3
� (n �-' C C U[n n� C � J d �
MATERIAL �ESCRIPTION ~a �' � � � � �
� I Browr� CLAY with limestone fragmenfs
II� I 3.25 18 41 23 18
II�I
I I� I 2.75 1 S
I 3.0
Tan LIM�S70NE with ciay seams and fayers
1001
5 2.5"
�
1001
10 , 0.75��
�5 1001
15.4 0.5��
TEST BORING TE�MINA7EQ AT 15 FT
5058BrushCreekRd. �ORIf�G NO.: 6
A � � � � �� � � � � � � � - Fof't Worth, Texas 76119 eet Of 1 ;
� Phone: 817-496-5600 i
��: s1r-a9a-s6a8 PROJ�Ci NO.: W190839
� � � � � � .� � � � � � � t � � iuiuw.alphatesting.corn
Client: Lennar Homes of 7exas - Irvinq Location: Fort Worth Texas
Project: f�orthpointa SurFace Elerration:
Start Date: 6/24/2019 �nd Date: 6/24/2019 West:
Drilling Method: CON7INUOUS FLIGH7 AUG�R North:
Hammer Drop (Ibs 1 in): '��4 � 30
GROUN� WA7ER 08SERVraTIONS m , �.� � �� °� � � � axi
.. OI Q. o UJ � i!1 �Iy �� c ' � � o
�' o NON� T `m U� c'_ a� � E � c ,
,m � �On Rods (ft): F�o o� w-� '�,� �� c � � _-
`-' DRY v �C3� � o � E � rn �� Z'�. � Yi � � m
� :c �Ailer Drilling (Pt): Q o� og o Q �� a,N av U � '� � 3
m m
o `]After� Hours (ft): � ar c�" °' �, a�' o Q .. a, � a � C°
c� - u� � � � � � � z � � a.
�
MAT�RIAL D�SCRIPTIDN
Brown CLAY wilh limestone fragments
2.0
Tan CLAY with lim�stone fragments
3,0
Tan LIME570N�. with cfay seams and layers
1��1
2.5«
5
1001
0.75"
10 10.0
TEST BQRING iERMINATED A710 FT
�
15
� � � � � �� � � � � � � � So58Br�rshcr•eekrzd. BORIf�lG NO.: 7
Fart Worrh, Texas 76I19 S eei 1 of 1
� Phone: 8I7-44G-5600
�'�: BI�,a96 ssoa p�OJEC'I" NO.: W190839
111d H C fit � I T{� L L���i I R� $ w�v�v.alphQtesting.co»i
Client: Lennar Homes of Texas - Irvin l,ocation: F'ort Worth Texas
Projact: . North ointe SurFace Efevatian:
Start Date: 6/24/2019 End Date: 812RJ2p19
West;
�rilling Method: CONTINEJdUS FLlGHT AUGER Nnrth:
Hammer Drap {Ibs 1 in): "�4� � 34
� GROU�Eb WATER 08SERVA710N5 �, v,.,'.� � E �� � x
�
� � `,'On Rods {ft); NONE � �, o� � n; c�� c,� 'v � 'E �E c a
� L iA€tgr C]rilling (ft}; QRY �' 7 d ��' o � E a rn ma � U � v J —
a Q a o� �— o c o�'a o � �` iu
� � �After_ Hours (ft): � a�i cj� a� c� aN �1" U Q � � 3
� (� �' � � c�iff3 ' � �c � -� a- �° N
�� a � z � � �-
MATERIAL DESCRIPTION
Brown ClAY with limestona fragments
- 'f 6
2.0
I�Tan CLAY with calcareous nodules and limestone
I � fragments
f � I � 3.75 14
I�II
5 I �I
III 3,75 16 50 49 31 �.8
II�II
II I
� I �� 4.5+ a.� sa � s
� s.o
7an LIitiAESTpN� wiih clay seams and layers
100/
1 a 3. ���
1Q01
15 15A �.75��
TEST BQRIHG TERMINATED Ai 15 FT
sosBBr�shc�eekRd, �ORIiVG NO." 8
� � � � � �� � � � � � � � Fnrr Warrh, Texas 7b119 � eet 1 a
� Pf�one; 817-996-5600
F'ax; 817-99b-S608 �R�J�C� NQ.: 1N190839
W���� i i A� L � F�' � I H.� ti+�v�v.aTphutesting.com
Clfent: Lennar Norn�s of Sexas - Irvinq Location: Forl Worth Texas
Project: Narthpointe SurFace Elevatian:
StartDate: 612a120�9 End[late; fiI2412019 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer prop (lbs I in): 14a 130
� a o x
� GRDUf�kD WA�ER OBS�RVATIONS � o �'� � o� m� � � ' .� C q
� � 'On Rods {fl): NONE H �p � � ,.°�ti' a� ss� 'm� � � J � �
u � DRY Q7 nC7 � o � E °f rn m� �a �j � U � °�
:c �After Orilfing (ft): a a o� Q b � c aN n-- 'a �� " 3
a Q c� a �r .. Q �a u, rn
m � ZAfter� Hours (ft): � m U m o�-- a d "-' �' � n, �
a ca - �n a �( � � �N z� 7@ a. �
4 I-� Q, a� 7
MRTERIAL DESCRIPTION
Brown CLAY with limestone fragments
3 25 61 20 41 Q.0
2.0
Tan CLAY with limestone fragments 4.5+ 92
3.0
Tan LIMESTONE with clay seams and layers
725��
5
100!
5"
1 � 10.0
7EST BORiNG T�RMINA7EQ AT 1 D F�
15
� � � � � �� � � � � � � � 5058BnrshCreekRd BORING NO.: g
� Fort Worth, Te.xas 761i9
Phone:817-4AG-5600 heet o
Fax: 8i7-496-5608 pROJ�CY NO.: W19Q839
4R' b1€ #� E I T� L, !, ��� I N S �vlviv.alphr�lestrng.canr
Client: Lennar Hornes of Texas - IrvFnp l.ocation: Fart Worth Texas
ProJect: Norfh ainte SurFace Ele�ation:
Skart Daie: 6121�20�9 End C7ate: 6/21/2018
West:
Qrllling II!lethod: CONTINUOUS FLIGHi AUGE�2 Nnrth:
Hamme.r Drop {!6s ! inJ: 440 ! 30
a, GROUND WA7ER dBS�RVATlONS �, o -d.5 �� �, � o
� � �� On Rads (ft): NON� � �, � N � cj� c� •y � . . � \
w � $Aftar Drillin ft DRY � �'q m � '� Q1 �� �� � � � �-
c ---� J �
� �. �t )� � �� o� ao �m aN ❑4 � � N U �
� � �After_ Hours {ft): � � v � � � �,. � '� N
� � S( � � c�i U1 `� 'c � :J d m
F�� � a ? � � 0..
MATERIAL DESCRIPTf4N
Brown CLAY
4 25 67 22 45 0.5
2,0
Tan LIMESTONE with clay seams and layers
100/
g 0.75"
10D!
10 10.0 i.5��
Gray LIM�STONE with shale seams
1001
T5 iS.Q 1.25"
TEST BORING TERMINATED AT 75 FT
5058Bt7�shCreekRd. BORING IVO.: 1D
� Fort Worth, Texas 76119 heet o
� „ � � A �� � � � � � � �411 Phone: 817-49G-5600
Fax: 817-496-5608 P�Q�J���' [l�0,: W� 90839
III� F� ��� I�' W L L��� I R1 S ��.�ph�tesiing.can�
Client: Lennar Homes of Texas - Ir�in l.ocation: Fart VVorth Texas
Project: North ointa Surface �levation:
Start Bate: 6I21I2019 End Uate: 6/21/2019 1Nest:
Drilling Methad: CONTINUQU5 FLIGHT AUGER North:
Hammer Drop (Ibs! in): '�40130
GROU�ID WATER OBSERVA710NS Q o � � `� o N.�� � � :... .� � o
� � �` b � � ay U U ,� � � a� �
� � ,,'On f2ods (ft}: NONE a �" ,� m-o.c �� c � J �
m .. �n o c� Q o �`
¢ � TAfterDrilling (ft): �RY � $� o� a o � � anai p � � ;. � y �
a
o � '�After^ Haurs (ft): � � � c � ucn ° � •� � �' a 0.
� �� 0. a � �
lNATERkAL pESCRIPTION
grawn CLAY wilh limestone fragments � 3� 3z 73 24 49
1.0
Tan LIMESTOIVE with clay seams and layers
1��1
2.25��
5
� 00!
3.5"
�o �a,o
TEST B�RING TERMINATEd AT 10 FT
15
� � � � � �� � � � � � � � 5058BrushCreekRd. , BD�I�G �O�" ,� ,�
� For1 Worlh, Texas 7d119 '
Phone: 81 T-996-56D0 Fleet o
Fax; 817-496-5508 ��QJ�CT NO.: W190839
1e4� H� Fi E i Y G6 � L ���ii I pp $ �u�u�v.alphatestiMg.com
Ciient: Lennar Homes of Texas - Irv'+nq , Location: Fort Worih, iexas
Project: Northpoinfe SurFace Ele�ation:
5tart Dake: 6�19f2fl19 End Date: 6/1912Q�9 West:
Drilling 1Nethod: COiVTINUOUS FLIG!-IT AiJGER �o��;
Hammer �rop (lbs 1 in}: 140130
� a GROIJND WA7ER 08S�RVATIONS � �v.� N�� y� � �
� � '�',On Rods (if); NONE � z, o N �� c°� c� 'u��i � �� E c a
� a `�After Drilling (ft): DRY � � � � Q a E � � �� �Q o � � �, _-
p � �Afier� Hours (ft): ��� �j� a. � C� a<v d" v 6. �� � �'
(A � � � c cg u] � � � � � a a �
hAATERIAL dESCRIPTION a � � �
Brown CLAY
4 2i /1 23 49 0,3
- with limestane fragments €rom 2 ff to 4 ff
4.5+ 20
4.0
Tan CLAY wiih limesfone fragmenfs
5
4.5* 10
6.0
Tan LIM�STONE with clay seams and layers
10
' iQ0/ �� •
1.75
12.0
Gray �IM�STONE with shale s�ams
10fl1
95 '€5A �
TEST BORI�lG 7'ERMINATE� AT 15 FT
5058 Brush CreekRd. gORIN� NO.: 12
� � � � � �� � � � � � � � Fort i�Yorah, T�as 76119 ee 1 n
� Phone: 817-4Jb-5SD0
Fax: 817-996-5608 �j�Q,J��� �0.: W190839
� N � � � � ,� � � � � � � � H � 1nv�v_alphcrtesting_com
Client: Lennar Homes of Texas - Irvin Locaiion: Fori Worth, Texas _
North oint� SurFace Elenatian:
Project: 6/21/2019 W est:
Start Date: fil21I2099 End Date:
I]rilling Methad: CQNTI�lU0U8 FLIGNT Al1GER Narth:
Hammer Brap (Ibs 1 in}: 1b0 130
� � o x
� GF20!lfdD WATER O�SERVATIONS m� '� � �- o N �y rn � . • �
� � �C.Oi1 Rods (ft}: NON� 15' �a a'�' � m �� `e�i� ��i � � � �' o
� �RY ��d � o �� °3 rn �uQ �a p ;cs m
t ;� �AftEI' QCllling (ft): � o �— Q o �� d� U � N v 3
V� p� �Y ii-� CV ��' 6 SO N Ui
a n' m U m o: o o• � � p. �
� � �After� Haurs (ft): � � �a a jcn Z a � a
Brown CtAY
5
10
Tan LlME5i0N� wifh clay seams and layers
T�ST eORING TERMINATED AT 10 FT
4
29�78�27�51
'{ 5
� � � � � �� � � � � � � � 5058.8rushCreekRd. BO�IIiiCs NO.: 13
/` „I Fort Worth, Texas 76719
�P Phane:8�7-49b-56o0 heet o
F�: 81�-a9�-saoa PROJ�CT ND.: W� 90839
� F� ��� I T' R� E, �� G I(� S w�v+v.alpJratesting.00nr
Client: Lennar Hames of 7exas - Irvin Location; Fott Wart?� T�xas
Project: Narth oint� Surtace Elevation:
5tart pate: 6/21/2019 End Date: fi12112019 west:
Drilling Methad: CONTfNU0U5 FLIGHT AUG�R North•
Hammer Drop (ihs ! in); 14Q 130
�, GROUND WATER OBS�F�VATIONS �, �.s � � � � o x
0 0
� U '`IOn Rods (ft): NaNE � Z, �� m U� c'.'m_ '� w 'E � � ,
q R �After ��illing (ft): bRY � yC�! � � � °7 �� .yo ��i � --' J \
� rn ca o v �' m
n `� _7_After Hours (ft); �$� o.� Qa„ � w� aN q�- c� � 'y c, 3
Cry � m U � C o .«, � Gr m �w u}
� � � �a 0. �� z � � � � 4
MATERIAL DESCRIP7idN
Brown ClAY !
3.25 34 66 22 A4
1.Q
Tan LIMESTONE with clay seams and iayers
1 ��/
5 4.5"
10Q1
90 10.0 2��
Gray LlM�STD�E with shale seams
�
10Q/
15 15.� 0.5��
TEST BORING TERMi�VATE� AT 15 FT
A�����'��'��`�aN�
�
wH��� iT ��.� �����s
5os8 Brush creekR�1. �ORlNG� IVO.: 'f 4
For•t Wardh, Texas 7G119 � eet o
Phone: 8l %49b-5bD0
Fax: &l7-496-5108 pRp.��C7 NO.: W190839
titnvw.atphutesting.con� �
Clienf: Lennar Homes of Texas - Irvin Location: Fort Worth 7exas
North ointe Surface �levation:
P roject: 6l2412Q 19 1Nest:
Start Date� 612�4l2019 �nd Date:
prilling Ttlfethod: CONYINUDIlS �LIGHT AUGER Narth:
Hammar Drap (Ibs ! in]: 144 I 30
7an LIME5i0NE with clay seams and layers
3
45�
� =� o x
GROUNp WATER OBSERVATIONS 0. 0 �� � p� m� � � � •� � o
o� 7, qy U� c.- @ W, ��
a � �On Rods (ft): NONE F.. �Q o �n y � �� �v,tn �� _ -' � =
N � 47 U �•-, t/lp p .6 U ,��' UJ
� � �Afler �rilling (ft): CIRY �a, o�� o� a�'� aGi a'N 0¢ � a' m �in tn
p m `TAfter,� Hours (ft): �� �� � �rn a o •� � �, a a
� , � c� a � z � �
� Brown CLAY with limestone fragments
1`�,
Ij��
N7
1001
0.75"
1
i5
TES7 BORWC T�RMINAT�� Ai 10 FT
16I33�17�16�0.0
�
����A���������
�
UI4F�l�FiE 6T Wlb �I��IFJ3
S4S8B�•ushCreexRd. gp�[NG N�o: ��
F'ort Wor1h, Texirs 76119
Phone: 817-99G-5600 Shee� 1 0 1
Fax: B17-496-56D8 �fRO.��CT ��,; W�gp839
waysv.alphaiesli�ag, con3
Cifent: Lennar Horr►es of Texas - Irvin Location: Far# Worth Texas
Project: Nar1h ointe SurFace �le�ation:
Start oate: 6/24/2019 End Date: ��2��z�19 West:
Drilling Me#hod: GON7INUOUS FLIGHT AL�GER North:
Hammer Drap (lbs 1 inj: 140130
GRQUNb WAT�F2,OBSE�r2VATIONS � o -o � � �� � � 32 x
�1 Q
� � ��On Rods (ft): NON� a ° �'K .� y U°v cw 'a�'i � � '� 'o
L � YAfter Drlllin ft DRY m�Q �� °1� � c -� -� c '
Q a _ 9( 1� }d m a �� a�iw u`niq �i �
m rn a o� C� o c� �a �a ° :6 u ;� u�
a � .CAf�er^ Hou.rs (�): E � �� � � � � �N ❑-- � � '�, � 3
o a- �
� � � �� � �� e � � � � � � �
IIAATERfAL OESCRIPTIQN
Brown CLAY
7an LIMESTONE wiCh clay seams ar�d layers
2.7� I I I f 2� I sa I 2� I 3s
5
�a
77/
�.75��
4
o.
'I5
1
0.
TEST BOR[NG T�RMINAT�D AT 15 F7
5058 Brush CreekRd. �Q���(5* ��.: '� �
� � � � � �� � � � � � � � I'ort Warrh, Texas 76119 eet 9 of 1
� Phane: 81 %498-5600
Fr�; 817-49b-5608 ��QJ�,e1' ��.: W190839
Elld F'� �€1, � l i� L L ��� l W�.5 ti+nvw.alphIItesting.can�
Client: Lennar Homes of Texas -lrvin Lacation: Fort Worth, Texas
iVorth ointe SurEace Ele�atian:
Project: 6/24/2019 West:
Skart Date: 6l2k12019 End Date:
�rilling Method: CONTWUOUS FLIGHT AUGEI� North:
Hammer Drop (16s ! inj: 140130
� � e x
GROUPlq WATER OSSERVATfO1VS � o �'� � o� �7 rn c ' ' a o
� ..Q.i �On Rods (ft): IVONE F- �� o� � w .Q� "'� �� � E J c e
U DRY °1 �C7 � o �� °3 rn�� Zn. � j ;o `-' � w
� Q �Afler �rilling (ft): � �� oR 0. � � a�i n.N ❑" � m �w tA
� c� �After Hours (ft): �� Uv c cQiin � a � m J °-' `�
❑ � � � �� a � z � � d
NIATERIAL QESCRIPTION
I 8rown CLAY with limestone Fragments �
1`�� 3 25 44 21 23
1 I I � 2.0
I
Tan LIMESTONE with clay seams and layers
1041
3,25"
5
1001
1"
10 1 D.0
TEST BORING TERRAINAT�D A710 FT
'15
� � � � � �� � � � � � � � 3058Bi7rshCreekXd. BORINC NO.: �% •
� Ford Wardh, Texas 76119
Phane; 817-496-560D Sheet o 1
Fux: 817-498-56D8 PR(�,J�C�' �10.: W190839
W Fi E:� E � T k L. �� E G � E� � �vzaiu.alphates�ing.conr
Clienf: Lennar Homes of Texas - Irvin Location: Farf Worth Texas
Project: North ointe BurFace �levation:
Stark Date: 6/2512Q19 End Date: 6/25/2019 West:
�rilling Method: CQN'iINUOtJS FLIGI-IT AUGER North:
Hammer Drop (lbs 1 in}: 140130
a, GROUND WATEF2 OBSERVATIONS �, a,� �� � r o x
4� a ,� .
�y ,J �-; a o (A W o u�i ay � a� . , m
�°� : On Rods ft NON� 3. �� w• c v
v ��' � �' o �� Uy c._ m � � E � o
Q n TAfter Drilling (ft): DRY � � C�7 m�'o c�i � a�i m� o � c�i o � � ;� =
p � --�After^ Hours (ft): � �� U-4 n�. ° � � �n�i p � V � �� '-' �
� � � � � o� �� .[ � J a �� �n
MATERIA� D�SCRIPTi�N a �' � � � �
' Brawn CLAY
' . 4.8+ i 9
2.0
�� I � Tan CLAY with limestone fragments
+ I I� I 4•2a� 12 36 17 19 0,0
I I
4.0
Tan L.IMESTON� with clay seams and layers
1fl0/
5 1.5��
100/
'I 0 1.25"
�
i 1.0
Gray I.IMESTpNE with shale seams
'I00/
1b 15.0 0.5"
TE57 BORING iERMlNATED AT 15 F7
505$�rushCreekRd. 8����� �Q.: �$
� � � � � �� � � � � � � � Fori YYorrh, Texas 76119 eet 1 0
� Phone: 817-496-SG00 I
Fax: 817-49�-SbDB p�p��CT NO.: W19�839
Sd1d Fil � ki � I T A� L� g G I H� tiv�vw.alphatesting.con2
Client: Lennar Homes of Sexas - iruin Location: Forl Worth Texas
Project: North ointe Surface �le�atiart:
Start Date: 6�25�2019 5nd nate: 6I25I2019 West:
C]rElling Method: CONTINIJbUS FLIGHT Al1GER North:
Hammer prop (Ibs � in): 1�40130
•�• � d o x
GROUND WATER OBSERVATIONS � o �� y o N rn� O1 c • ' � 4
a�, Q jLOn Rods {ft): NON� � Z'p o� �� "+3r Nu� S��' � � "� � �
w � v �C� �' o �� °i rn m� �a � � � � °�
�� �After �rilling (ft); DRY � �� oQ 0. 0 � � aN ❑`� v �v � �N cn
Q � �After____, Hours (ft): � � �a Q �in � Z � � � � a
MATERIAL DESCRIP710N
�
�� Brown CLAY �
� I, I 4.�t 17 40 1 J 2'I
�I �I 2.0
Tan LIMESTONE with clay s�ams and layers
1 ��01
5
9 041
0,75"
�o' �ff.a
� 7EST �ORING TERMlNA7�D AT 10 F7
'� 5
� � � � � �� � � � � � � � SDsBBr:i.shCre�kRd. �pRING I�lO.: �9
Fort Worth, Texas 78119
� Phone; 817-496-5600 eei o
Fax: 817-996-5508 �Ro.l�c'� No.: W19�839
Y�l �! F� E ! T 1$ ��. ��e � � N S Sumw.alphatesung.com
Client: Lennar Hom�s of Texas - frvinq Location: Fort Worth Texas
Project: Northpointe SurFace Elevat3on_
Start Dake: 612012Ci19 End Date: 6/20/2019
West:
Driffing Method: CpN1"INUOUS F�IGHT AUGER NorEh:
Hammer Drop {�bs 1 inj: 140 ! 30
� CROUND WATER bBSERVATI0N5 �, -a.0 N � �, ,� � x
� � -- • .
�. _
,.- � '�'On Rods (ft): NdNE � Z, �� a� c�� c'.� v �, �� � c a
L � TAfter �rillin ft D�2Y � °1� � � � °1 aL `�� � -' —
a a g� )� n oQ � d ,a � c b� mp Z`a � � � � Gs
� � ��l_After_____ Haurs (ft): ro m� ci� a� _p� a`v a � o� � ��, u�i
. fn � �� C l��7i � C � J � N
MATERIAL ��SCRIPTION � � � � � �
Brown CLAY
3.5 31 74 25 49 �.7
2.0
7an LfMESTONE with clay seams and layers
�00!
� 0.75"
� 10d1
1 Q 1.25��
12.0
Tan and Gray SHALY C�AY
�� 'l001
15.0 0.75��
TEST BQRING TERMI�lA7ED AT 15 FT
5U58 Brush CreekRd, �p�ING IdO.: 20
� � � � � �� � � � � � � � . Fart Worrh, Texas 78119 eet o 1
� Phone; 517-996-Sd00
FcaY: 8I7-496-560$ PROJ�Ci NO.: W190839
� � � � � � .� � � � � � �' � � ivsviv.aJphatesling.con�
Cfient: Lennar Homes of Texas - Irvin Location: Fort Worth, Texas
Project: North olnte 3urtace �levation:
Start Date: 6I2012019 @nd Date: 612 0120 1 9 West:
Drilling �lethod: COiVTINUOUS F'LIGHT AUGER North:
Hammer Drap (Ihs ! in): 144130
� GF2QUND WA7ER OBSERVATlONS m� �� �' o� m> o, C • ' �.
� ` � .-. a� U� c °1 �� a� E � � o
,a � _„-0n Rotls (R): NONE F- �❑ o `�'� � � -�� �N� �� c � � ;�' —
� i}RY a+ aC�1 � o o E �in �o �a � �o m
� :c �After prilling (ft): n �a o,� a o �, c�N �-� � �a n ��, cn
oa
�+ �After� Hours (ft): � � � � � �� � z � � J °' a
U' �a a c � �
�
MA7ERIAL �ESCRIPTION
Brown CLAY
Z 37 66 22 44 O.i
2.0
Tan LIMESTdNE with clay seams and layers
91!
8.5"
5
10n1
2"
10 10.0
TEST BORING TERMWATED AT 10 FT
15
� � � � � �� � � � � � � � 5058�rushCr•eekRd. BORIFI�C NO.; 2'�
� Fort YYarth, Texas 76119
Ahone: �17-49G-560Q eet a 1
F¢x: 817-496-5608 pRp,�ECT ND.: W194839
9fli �! L� p� 1� j� �, �, g�� � p,� g wtiv�v.alphatesfing,son�
CfFent: Lennar Nomes af Texas - Irving Location: Fort Worth Texas
Project: , Northpointe � Surface �,levation:
Start �ate: S/2p/2019 E�d Date: 6�2��2019 � West:
Drilling Methad: CONTINUdI[S FLIGHT AUGER North:
iiammer Drop (ff�s ! in): 144130
� GFtOUN� WAT�R OBSERVA7IONS a� �� v,� o k
a � �
� � j�On Rods (ft): NONE �� Z, o'� �� U� c'.� "a�s � '� �� � a
� n �.After Dt'llling (ft): aRY � �� m � � � u�'i m �o � rii o —� � ,z, .._
v
q � ��After„� Hours (ft); � �� �'� a � � �, ac�•r ❑ �' U � � °' 3
� � � U C � UUS o � •C � J � � �
�a � � z � � r�
MATERIAL D�SCRfPTiQN ,
8rown CLAY •
3 2g
2.0
I T'an CLAY with limestone fragments
� I 4.5+ 9 35 1fi 19
3,Q
ian LINIESTO�IE with cfay seams and layers
90p/
5 0.7&"
1001
10 1.5��
11.0
Gray LIMEST'ONE with shale seams
1001
15 15.4 0.75„
7EST BORING TERM�fVATED AT 15 F7
5058 Brxsh CreekRd. 8����(� ��.: 22
� � � � � �� � � � � � � � Fort Worth, Texas 7�1 f9 heet o
� Phone: 817-996-5600
F`ax: 817-496-5608 pROJ�C7 NO.: �i'� g����
�' �i � F� � 17� l� �� �� G I E8 i w5viv.alph¢tesling.co»�
Client: Lennar Homes af Texas - Irvin Lacatlon: Fort Worth, Texas
Projeet: Nofth ointe Sarface 6levation:
Start Date: 6/19/201 S �nd Date: 6�1912019 West:
Drilling Method: CON7INUOUS FLIGH7 AUG�R North:
Hamrrzer �rop (Ibs ! Inj: ��a 130
a
GROUND WATER OBSERVATIO�kS m q �•� '� �� � o, � ;� �
o� a o cn � o V o� y•� c '� � � o
� � �4n Rods (fl): NON� � � o � u> � 'n'cn � g` -a =
� DRY "' �C�i �� oE �rn mo �+� � ,v_ '_' � a�
y L �.After �rilling (ft): '
a a E��C o� a o �� 0.cv ❑ v v � a c�'n
o � 7After� Hours (ft), c� � v� � U� a o.� � � a �
� � N �o�. a � z � � n.
MATERIAL DESCRlPTION
� I Brown CLAY ��
III 2.5 21 41 20 21 U.fl
��� 2.0
�
Tan LIM�STON� with ckay seams and layers
100!
0.75"
5
1001
0.75"
1 Q 10•Q
S�ST BORING 7ERMINATED AT 1� FT
15
� � � � � -� � � � � � � � SQSBBriesh CxeekRd. BORII�LC3 I1I�.: 23
���• Forr War1Ja, Texas 76119 eet o i
Phone: 817-496-5G1J0
Fax: 817-496-Sb08 ��OJ�C� NO.: W190$39
14V Fi ��� I i!�l l. L�� G'i E F� S �viviv.alphalesting.com
Cfient: Lennar Homes of Texas - fruin Location: Fort Worth, 7exas
Project: NorfF�poinfe SurFace Ele�ation:
StarE �ate: 6/21/2019 �n� p�$e: 612'1/2019
IAlest:
Urilling Methad: CONTINUOUS FI.IGHT AUGER Norkh:
Hammer Drop {f6s ! in): 144130
,�, � GRQUNQ WATER OBS�RVA710N5 �, ;� � N� �, L � x
a o cra � �' a� �y> m - . m
.�' � �On Rods (ft): NOiV� � �, o ,� � � U" c.� � � E � C a
r � �After Drillin ft: DRY ��� m 3 c�`i �' a�'i« No c J � _
sa. a g i) n � o E� rn ro o z+� o � t� �' w
p �° �After_ Hours (ft): � 8� �� °°. o � � �'N �.J c� -� , a �y ui
� � fA � � t U (q a � c � J � �
�a � � z � � n.
NIATERIAL DE5CR1PTIpN
Browr� CLAY wifh limestone fragmants �
� 2.5 lg
2.0
� 1'an CLAY
I� I I - with calcareous nodules and lime�tone fragments
II I fram2ftto6ft 4.5+ 12
II�II
5 I �II
� � 3.5 15
����I
����I
� I� I 4.5� 13 31 15 18 0.9
I II
I� I
9.0
Tan LIMESTONE with clay seams and layers i001
14 0.75��
14.0
Gray LIMESTaN� with shale seams 100/
15 15.0 0.75��
TEST BORING TEF�MINATEI? AT 15 FT
5058BrushCreekRd. 8�����y+ �IQ.: 'Z4
� � � � � �� � � � � � � � Fori �orlh, Texas 76119 hee 0
� Phone: 817-496-56U0
�a,�: 81�-a96-s6o� PROJ�Ci NO,. VV190839
ki1Q H L� R� l i' � L� ��(i I N S tivww.alpl�atesti�g.cani
Client: Lenflar Homes of Texas - lrvin Location: Fort Worth, 7exas
Project: North ainte 5urface Elevation:
Start �ate: 612112q19 End Dats: 6121I2019 West:
C]rill9ng Method: CQN7INUOUS FLiGHT AUGER North:
Hammer �rop (Ibs 1 inJ: 14� 130
� � O. � a x
GROUN� WA7ER 08SERVR710N8 m` �•— U a N m} �, - . :W �
N o T o �+� .w a`� Uu c a� '� a�i � � � o
a� -� v'Orr Rods (ftj; NONE � �p �a 3 � y �� 'No ��i Q J � :� —
� aC7 �o o� �rn �o �fl.
� � �Afler �rilling (ft): d�Y a n� a a c� v n ��n �' 3
a a � � °-� 0.: c aN �v s m �
m �
w � :�After_ Hours (fl}: � w U � p � , o '_ a� � � a
q � rn � � y � u� Z� ic
� p- � � �
MAT�R�AL �ESCRIPTI01�
Brown CLAY with lirnestane fragments
4.5 23
2.0
I Brawn GRAV�I.I.Y CLAY
III�
18 33 98 '�5
�II�I
1�I
� I`I� 3 19
� s.a
Tan LIM�STONE with clay seams and layets .�pp�
1.25"
3 5'�
10 10.0
7EST 8QR1NG 7ERMlNATE� AT 10 FT
15
� �, � � � �� � � � � � � � 5058Br•ush CreekRd. �0���� �0.. ��j
� For1 G�"orth, Text� 76I19
Phone: 817-496-56D0 �et 1 0
Fux: 817-496-Sd08 ��0,���T NO.: Wi 9p839
W!� �' Fi � i�' /1 R� 6 F� Q I M� �vtivsv.alpharesring.con�
Client: Lennar Homes of Texas -lrving Lacatian:_ Fort Worfh, Texas
Pra�ect: Narth ointe � Surface �levatfon:
Start Date; fi12612Q19 End Dake: 6126/2p99
West;
Urilling Method: CONTINUOLIS �L1GMT AUGER NorEh:
Hammer Drop (Ibs 1 in): �40 ! 30
�, GFtOUND WAT�R OBSERVATIONS �.s N E �, � a X
w � `_,'On Rods (ft): �lONE ��. z, a� � � c� `� : � a v � � = o
�a �After arillirlg (R): DRY a op' �� o E v� �o �,� o ti U �. �
�° '�'After Haurs ft � �� o� n. � w � �-N ❑" U •�. ��, " 3
� � �)' m w U � o: � -- Y a c� �m u�
� � � �� a 7� p � � � � � a
MA7ERIAL ��SCRIPTION
I I 7an CLAY with limestone fcagments �
�����
f� 4.5+ 8 39 18 21 0.0
III I
I I� I 4.5+ 7
� 3.0
Tan LIMEST�NE with clay seams and fayet�s
1DQ!
g 2.75"
10
0�5 �
1 Q0/
15 15.0 1
TEST BOR]NG TERMINA7'ED AT 15 FT
5058BrushCreekRct. BORINC� NO.: 26
A �l � � � �� � � � � � � � Fort Worih, Texas 7b119 �� h8�t 1 0 1
� Phone: 817-496-SGOD
Fax: 817-496-56fl8 ��OJ�CT iVO.: W190$39
VId N' ��� l T W 6��� G I El � ���tiv.alphatestrng.com
Client: Lennar Homes af Texas - Irvinq Lncation: Fart Wo�th, Texas
Project: iVorth ainke Surface Elevation:
Skart Uate: 612a12019 End Date: 612512fl19 West:
prilling M�thod: CONTINUOUS FL{GHT AUG�R North:
Hammer drvp (Ibs ! in): 140130
GROUlVD WATER OBSEF2VATIQNS m o w' � ��� 7 0, � � �
m o NONE y' �, `o� m °; U� �iii � � '.�_�i � � �
� � �On Rods (ft): H p —
`—' DRY m : Y � � r �n �i � o �
� :c �After Drilling (ft}: °' �C'1 � o a � c rn �o Z'a ° � »., � °7
n. o� on o,r, c dN p� U '� cn • 3
� � �After, Hours {R): � � �� aa j� o � 7 � � a � c°
MATERiAL bESCRIPTION
Brown CLAY with limestone fragments �
4.5+ 13
z.a
I � I Tan CLAY
I��II q 13 31 15 16 0,0
�I
'll�l
II
5� 1�` II 4.5+ 2.5 116 'i 0
��I�1
� 6,0
Tan LIMESTONE with clay seams and layers
10�1
1.5„
10 10.0
T�.ST BORING T�RiNINA7�D AT 10 FT. ,
15
3058Ba�ushCt-eek,Rd. �0����. �0.: 27
� ` � � � �� � � � � � � � Fort Worih, Texas 7GI19
Phone: 817-49G-5600 S e�t 0
Frix: 817-496-5608 pROJ�CT iVQ,: 1N� 90$39
W l'^ � i3 E I T A L L �� Q I Fi15 �v�vlv.al�hatesting.com
Client: Lennar Hotnas o€ Texas - frvinq L.acation:_ Fort Worth, 7exas
PrajeGt: Northpoinfe
Start C1ate: 6/25/2019 ' _.... Surface Ele�ation:
End Date: �125���� West:
Drilling Method: CaNTINiJ4US FLIGHT AUGER Norkh:
Hammer qrop (Ibs 1 in): i40/30
a, GROUND WATER OBSERVATfONS -0.5 �� � L � x
w � LOn Rads {ft): NONE ��, a'�C,, � y U�' S'� m � � � � o
Q � TAfter pl'tlling {ft): DRY 4 aC�7 � o o� C� �o �,� p J U �• �
n � _�'After_ Hours (ft}: E�� v�° a o �� aN �,., t� � •� � �
C7 �m � = c U � ' � '� °1 � a � cn
Na a� �� �' �
M,4TERlAL aESCRiPT1dN
I� I Brpwn GRAVE�LY CLAY '
. �� f �6
����I
�� I
I��II� 3.75
1���� 9
a.o
Tan LIMESTONE with clay seams and fayers 10�1
5 2.75"
9001
� 0 0.75"
9 2.4
Gray LIMESTdN� with shale seams
1 � 10.01
15.0 1.25��
TES7 BORfNG T�F2MfNATE� RT 15 FT
5058BrushCreekRd. 8����� �0.' ��
� � � � � � � � � � � � � Fort Wnrth, 7'exas 76119 eet a 1
�, Phane: 817-496=560D
Fax: 817-49G-560& �RQJ�C�' �i]0,; W190839
�Id 1ri k f4 �. 1 T � I 1 ��' R I PO $ �v�v�v.alphatesting.cam
Client: Lennar Nomes of Texas - Inring Location: Fort Worth, iexas
Project: North o9nte Surface Elevation:
Stark Date:
6/25/2019 End Date: 5/25/2419 West:
nrilling Mgthod: CONTfNUOUS FLIGHT AUGER North:
Hammer Drap {Ibs 1 in): t4a ! 30
� GROUN� WAT�R OBSEF2VATI0[VS a o �� � o y �� � � � � � a
�' � �On Rods (ft): NONE � �• a n � � U ' •Crn � �' � � � '
� � � � � y US 'O w N � C J U ,.�_.'
s � �After Drifling (H): DRY �}� c� b o c� ao Z'�- U° � 'y � �
ia
a;
m � �Aftel', Hours (ft}: � m U� � aw o a ,� a� ;� a � �
C] C7 - rf� � m a�i �� Z� � d
�� d � �
MATERIAL �ESCRiPTION
' � Brawn CLAY ' '
I` I� �},g+ 'l i 37 1$ 19 O.b
1 I I � , 2.0
I
Tan LIM�ST�NE with clay seams and layers
10fl1
3.25"
5
1401
1.25"
10 14.0
7EST BORING T�R�IIINAT�D AT 10 FT •
'! 5
� � � ■� � �� � � � � � � � SOSSB�xeshCreekRd. BOfiii�i's �Q.' 2�
�I � Fort Wor1h, Texas 76119 '
Phone: 8l7-496-560D eet o 1
Fax.' 817-496-56Q8 p�DJ�C� NO.: W190839
W I�: G R ¢ �'� �j � � � � � � � s �uw�v.alphatesting.eom
Cfient: Lennar Homes of 7exas - frvin Location:_ Fort Worth, Texas
Project: Nor�hpoinfe SurFace Ele�ation:
Start Date: �«p��'�g End Daie; 612 012 0 1 9 �
West:
Drilling Method: CQNTINUDUS FLIGHT AUGER North:
Hammer Drop Qbs 1 in}: i40/30
� GROUND WAiER OBSERVA7lQNS -o = N� �,� o X
0
N J d o (!� � O N �� 01 - , . QI
w- � 'tOn Rods (ft): NONE � �, o� ��, U: c�' "a� a�i � � c o
a a �After drilling (ft): dRY ¢ }� � � o � C � �o �,� a .�.� U �, �
p R �AHer� Nours (fij: ��� �� a o �� a�,,, Q�. c� � �� � �
c7 - �� �a m �� a;Z � � J a a v�
MATERiAL D�SCRIPT1pN � � �
Brown CLAY with Ilmestone fragments
3•25 31 64 24 40 Q.4
2.0
Tan LIIVIE5i0NE with cfay seams and fayers
1041
5 2.25"
1001
10 1.5��
11.4
Gray LIM�S70NEwith shaleseams
'! 00!
15 15,0 �,�
TEST BORING TERMINATEO AT 15 FT
SOSB Brush Creek Rd. �ORINC9 NO.: 3Q
� � � � � �� � � � � � � � Fort Worth, Texus Z5119 eet o
� Phone: 817-A96-5600
Fax: 817-496-5608 PRpJ�C� iVO.: �� 9fl���
� � � � � � .� � L � � � � � � � ivtivtv.alphatestrng.com
Client: Lennar Homes of 7exas - Iroina Lacation: Fort Worth, Texas
Project: Norfhpointe SurFace Efe�ation:
Stark Date: 611 912 0 1 9 �nd Da#e: fi119120i9 West:
nrilling Method: CONTINUOUS FLIGHT RUGER Narth:
Hammer Drap (Ibs ! in]:
� Q 4
GROUND WATER OBSER�/AT10NS m o ��C � �� � � � , :� a
u, � a o in� " n� rh� • c � v
,rl J „'On Rads (ft}: $ �` �' 4 � � U N� � "'�' J --� C �
� ya 3� m -o� y ��i � o �
� :c '�Rfter Drilling {ft); ��Y n, �a o—�° a o �� 0.N � a U � 'y � 3
m � �Afler_ Hau[s (ft): R a� U � o«; a o.= e� '� a � u]
Q � � � �� m c� � � � �
� p � �
MAiERIAL �EBCRIPTION
8rown CLAY �
3.75 25
2.4
� I Tan CLAY with calcar�ous depasits
�II�M 2 19
�����
��Y�I
5 Ij�`I 2 17 25 13 12 0.0
I��I1
�II�I
`II�I 4 13
1���1 _.
1����
lII�I 4.5+ sa
94 ��I 1D.0
TEST BORING TERMINATE� AT 1� FT
15
� � � � � �� � � � � � � � 5038BrusACreekRd, BORINC9 IdO.: 3� �
� Fort War1H, Texas 76119
Phone: 817-496 SbOQ eef o 1
Fax: 817-49G-5608 P�O�J�e� ���: W1 gpg39
YI� �i E�? € I T �5 L. L��(�i !�i $ tiwtivtiv.alphruestirfg.com
Client: Lennar Homes of Texas - Irvin Location: F'ort Wort� Texas
Project: „ Northpointe, Surface Elevation:
Start Date: 6/2a120i9 �nd aate: 6120/2019 �
West:
�rilling Method: CONTINUOUS FLIGNT AUGER North:
Hammer Drop (Ibs / in}: 140134
a, GROUND WATER OBSERVATfONS . � -o.� �� � L � k
a � -- o� a g, - . . m
•,��'_. � '_'Qn Rods (ft): NO�lE � z,o a� � m U`�. c'.� � � � � � o
� a �After Drilling (ft): QRY � nC7 � a o� � rn �a 2•a � :a � �' m
°1 � � p'After Hours ft E �� �� �- o � a °-N p.� c� � .�' '�, c�n
o � � ()� �a � U�( a� o�. � :C �i, o- m
. � � F^ � C U � � � � J � �
Q' � � �
MATERIAL aESCRIPiION
Brawn CLAY
3 28 fi2 22 40 0.5
2.0
Tan �IMESTON� with clay seams and layers
1001
5
�0 1001
2.5"
13.0
Gray LIM�S70NE with shale seams
1001
�' 15A �.��1
TEST BQRING TERMINAT�D AT 15 FT
Sn58&'ushCreekRd. ������ NO.• 32
A � � � � �� � � � � � � � Forr Worth, Texas 76119 Sheet o
� Phone: 817-496-5G00
F�: 817-496-56b8 ��Q�J�(�T �Q.: W190839
� � � � � I � � � � � � � � � � ww�W.alp.hafesiing.com
Client: Lennar Homes of Texas - ir�inq Loca�ian:,, Fort Worlh, Texas
Project: Northpointe 5urtace �Isvation:
Start Date: 6I24I20'�9 End �ate: 612 012 0 1 9 West:
Drf�ling Method: CONTINUOUS FLIGHT AUGER Norkh:
Hammer Drop (It�s ! inJ:
� a. � o
� � GROUIVD WAT�R OSSERVATIONS Q o N� � o N �� �, � • '� ,� a
u� o �. �� m UU �._ a� y E c �
,a? � ,_:On Rods (ft): NaNE � �p � 3 � � .�� •`�o � � o n � .�' a�
� D R Y � C i Co a� �rn �o Z`a
� :c �After Orilling (ft): a � c � v 'a �y � 3
� � E c� °� �° e� aN Qv '- s m in r�
o �'After___._ Hours {ft}: � � �� a �� , z � � � 0. Q
Ch - a
�
MATERIAL DESCRIPTION
i Brown CLAY with limestane fragments
3 19
2.0
� Tan CLAY with calcareous deposits
I, � 1 I 4.5+ 28
��III
II��`�I
5 I�II� 4.5+ 16 41 20 21 O.A
�II�!
(I��I
i�`�1 4.5+ ,�
�� I� $.�
Tan and Gray SHALY CI.AY '
3.25 24
10 10.0
TEST BORWG TERMINATED AT 10 FT
15
� � � � � �� � � � j � � � 5058.8rush Geekltd, BO�1NCs NO.: 33
� Fof•i Warth, Texas 761l9
Phone: 81 �-q96-5600 S eet 1 0
Fax: 817-49b-56R8 �����CT' ��.: W190839
W N? E i� � 1 T 11 L L �� Q I@G S wi�tiv.alpha�esiing.cam
Client: Lennar Hames of Texas - Irvin Locatian: Fori Worth Texas
Project: , Northpoinie. Surtace �levation:
Start �ate: 6/20/2019 EnH Date: 6/20/2019
West:
Drilling Method: CONTINUOUS FLIGHT AUG�Ft North:
Harrimer �rap (Ibs ! In): 144130
� GRQUNb WATER 08S�RVATIONS �, -g.=_ v��+ � � L � x
� � '\;'On Rads ft NON� � o u�� �, o� �� .rn � -a
� -_ ��' H �'� o n � m C?�., c� N y �� �E � o
� � �Aftel' brilling (fii); I]RY Q 7C1 � o � � � � �Q � � o � � � —
a �
0 � �After_ Haurs (ft): � �� �� a � � � aN � � � � m �u, cn
sn � � y c"u� z� f6 J n. a
MATERIAL �ESCRIPTI03V 0. a � '�
�I Tan CLAY with calcareous deposits
I �' I
II I. I ' 4.5+ '14
1I
�� I
If II 4.�+ ia a� 2a z�
�f,��
�� �f
5 I�I I 3.5 24
If
fi.o
7an LIMESTOiV� with clay seams and layars
10 90.0 1 25'
Taro and Gray SHA�Y CLAY
4.`�} 17 55 19 36 OA
15 15.0
7E5T BORI�G 7ERMIf�ATE� A715 FT
.5D58Br�ish Creekxd. BD�ZIh�G RlO.: 3�
� � � � � ���y � � � � � � � For1 Warth, Texas 76119 eet o
� Phone: 817-496-5GOa
Fax: 817-996-5608 p�OJ�Ci NO.: W190839
►�+ H��� I T W� L� E Cs I E� 3 ti��yalphatesitngcom
Client: Lennar Homes of Texas - Irvincl _ Location: Fort Worth 7exas
Praject: Narth ointe SurFace �levation:
Siart Date: SI2012019 End bate: 6120l20i9 West:
Drilling Method: CON�INUOUS FLIGHT AUGER North:
Hammer Drop (Ihs ! in): 140130
GROUNb WATER OBSERVATIONS m �•� �' �� 7 �u-, � ..-. . �
O 7. p r�� .�+ 41 Civ C�� W N � � C 9
°� ...� 'On Rods (ft}: NONE � �p a � � � �= N� �� � � � _
w- � -•- g �, —
� t �After Drilling (tt}: DRY � Ua o� 0. a �� aN � o. tj � •N o �
�a
� `pAfter` I-Eours (ft): N� U� � �c"'n o z 'c m :� o�. a �
� Q, a c � �
�
MATERIAL DESCRIPTION
Brown GLAY with limestone fragments '
i1
5 2.0
Tan LIMESTONE with clay s�ams and iayers
1001
2.25"
5
�
1001
1.25��
10 10.0
TEST BORING TERM1NAiED AT 10 Fi'
�
15
� � � � � �� � � � � � � � 5058BrushCreekRd, �ORI�I� IVO.' �rJ
����io For•1 Warth, Texas 76119 � eet o 1
Phone; 817-49G-5600
Rcnr: 817-496-5608 pROJ�C�' NO.: W190839
W H E� E 1 Y A L L ��� I iil S tivtiviv.alphatesiing.can�
Client: Lennar Homes of 7exas - Irvin Location: Fort Wprth. 7exas
Project: North ointe Surtace Elevation:
S�� �af�: ���912��9 End Date: 6119120i9
West:
Drilling Methad: CONTINUOUS FI.IGH7 AUGER NorEh:
Hammer Drop �lbs 1 in}: 140 ! 30
�, GRO€JND WATER dBS�RVA710NS � ci.s y� �._ � x
�
�ij " o �7 rn ' ;c . m
� U l�'On Rods (ft): NdNE � z,0 0� �� U� .�� � a�i � � c o
a Q TAfter Drilling (ft): ❑RY ��C7 � o � E � rn mo Z.� a � U �' �
o � 'yAfter_ Hours {ft); ro �� �j� � � o � 0.� o" � Q � `—' 3
N Uj
(n � X� a jU1 ° � � j J � �
I- 7
MAT�RIAL �ESCRIPTIQN
I� Brown CLAY with limestone fragments
I II 2,5 18 31 15 16 0.0
I��� - .
z.a
Tan LIMESTDNE with cEay seams and layers
1�a1
� 0,75"
9.0
Gray LlMESTONE vuith shale searrEs 1���
'ED . 0.���
1001
95 15,0 1.25"
7EST BORING TERMINATE� AT 15 FT
5�p58Br�rshCreek/2d. �Q���(+y �0.: 3�
� � � � � �� � � � � � � � F'ort 4f/vrdh, TeYas 76114 heet 1 0
� Phone: 817-99G-3GU0
Fax: 817-496-5608 p�p,1I�CT 1V�.: W� �0839
Illd ii'i ��'1, � I T 1� �. ����'i I P1 � wwjv.alphaiesiing.rom
Client: l.ennar Homes of Texas - Ir�inq Locatian:_ Fort Worth, Texas _
Prajeci: �korthpointe Surface Elevation:
Start �ate: 611812Q19 End 4ate: 6I1912�19 West:
Drilling Method; CONTINUOUS FLIGHT AUGER Narth:
Hammer Drop (Ihs 1 in): '��D 13fl
a
g GROUN� WAi�R OBSERVAT{ON5 m �•� � a N m� o, ..r , . � o
,a � _ 'Ori Rods (ft): NOiVE F �� a � ,� � �.c Nu� �� � E ',_��t � ,
� S�) 13RY 0.�� c� o v �� aN �a. � � U U °'
� :c �After Dripin ft : U • ' .
n. a � c� o�. a � �� � V � a � in t�
p � °]After� Hours (ft): � � � � � �u� � z = � J a i
� � �a a � � �
MAT�RIAL D�SCRIPTION
Brown CLAY with limestone fragments
19 �6 19 37
2.0
Tan LIM�STaNE with clay seams and fayers
1001
5.75„
5
1 ���/
10 10,0
TEST BORiNG 7ERMINATED AT 10 FT
'f 5
� � � � � �� � � � � � � � 505$BrtrshCreekRd. BOR�N� �Oe' 3�
� Fort TYarth, Texffs 7611J •
Phor,e: 817-49�-5600 eet o '!
��: �f�'49a-s�°8 PROJECi" NO.: W� 9Q839
�,"�f j�1 � � � � '� � � � � � (� � +� � tiuww.alphalesting.com
Cfient; Lennar Nomes of Texas - Irving_ Location: Farf Worth, Texas
Project: North ointe
Start �ate: 616/2019 Surface Ele�atinn.
End Date: 6/6/2019 Wesk:
Dri.iifng Me#hod: CONTINUOUS �LlGHT AUG�F2 North:
HammerDrop(Ibsllnj: �44130
a, ,GROUND WATER OBSERVAT1pIdS �, a -g = � � � L �
�°-' � �On Rod5 (ft): NQiV� � Z, o� � m U� �'.� �a� � � E � o
� Q .After Drilfing (f�j: DRY Q oC� C o o� �� �� �,� o � � �• �
m �° �'.After_ Hours ft E �� a4 d° c� a�i �c� ❑-- U � �w � 3
O U+ �}� � m V � � �. Q � a' m in fA
(!y � �� c r� � Z e � J d N
NiAT�F2IAL oESCRIPTION a � � � � �
8rawn CLAY +
4.��' 21 73 25 4B 0.0
2.0
ITan CLAY with limestone fragments
��� I „
I���
I
� �� I �2�
�� I
�� I
���I
��� I
a.a
Tan LIMESTONE with clay seams and �ayers �
'�
10Q/
10 2.5��
11.�
Gray LIMEST�NE wiih sf�ale seams
15 1&.Q ���r
7�ST BORING 7EF2MINATED A7'�5 FT
5058BrushCreekRd �ORINC WO.: 38
A � � � � �� � � � � �} � � Ford T�orth, 7'ex.as 76114 • eet a
� 11 Fho��e; 817-496-5600
Fas; 8l7-49b-5608 ���Q,j�e� �Q.: W190839
W���� l T A!. !�� G I N S wiuiu.alpJzatesting.com
Client: Lennar Homes of Texas - Irvin Lo.cation: Fori Warth, Texas
Project: North ointe Surface Elevation:
Start bate: 6/13/2019 �n� p�fe: 6113I20'! 9 West:
Drilling Method: CaNTINUOUS FLIGHT AUG�R Nor#h:
Hammer Drop (lbs 1 inj: i�40 13�
GROUN� WA7�R QBBERVATIONS m o �" � ,V �� °7 � \ a�i
7 a�
�'i o NON� T o uJ� a`� C3V c°a -y a��i �E E c e
$? � u-0n Rods (ft): H �❑ `o � Y m -as �y� �� � -� � �' "s
U
� L �After Drlling (fl): dfZY °3 �a � o 0 0 � � �ao �fl. a :a . v w
w �"
� `.�After Hours (ft): ro a c i� °' �, o �,' � o ° ,`w, a' � �� u3s
�
� � � �" � �� a �� Z � � 0.
�
MATERIAL DESCRIPTIQN
Brown CLAY
4.5+ 8
1.�
Tan LIM�STONE with clay seams and layers
1001
0.75"
5
1001
a.����
14 1 D.0
T�ST BQRING iERMINATED A714 F�
15
5058Brush Cveek Rd. BQRINCS NO.: 39
� � � � � �� � � � � T I N G �or1 I�Yarth, Texaa 76114
Phone.' 817-496-SbOD eet 1 0
Fiax: 817-49G-560$ PROJ�C�' MO.: 1N'190839
W�! ti�� ( T l� L� ��[�l I�' S wivw.alphatesSirrg.con�
Client: Lennar Homes of Texas - Iruin Locatlon: Fort Wnrth, Texas
F'raject: Northpointe Surtace Elevation:
Start Da#e: 6126/20�9 End Date: E12612019
UUesk:
�rilling Method: CONTiNU0U5 FLIGHT AUGER North:
Hammer Drop (Ibs ! in): 144130
�, GROUND WATER OBS�RVATIONS �, �.S � �� � ,� � x
.� � �'On Rods (ft): NO�IE � �, o ,'�, � m c] `»''� �•°�—' 'a�i � �E �E c ;
a a '.After brilling {ftj; DRY a�� � o o� � m �o �,� d b � �. �
p �° _�After_ Haurs (fl): E �� �j� �- � � � �N ❑" � �6 � `—' �
� cn � � a � c� lA ° z � � � p. � cn
MATERIAL �ESCRIPTION � � �
%'�� f Brawn CLAYEY GF2AVEL �
3��'; � t
11
1.0
ian LIMESTONE wifF� clay s�ams and layers
Tnoi
5 8.25��
1001
10 , 1.25��
100/
15 '15.Q
TEST 80RING 7ERM�NATED A7 15 FT
5d58Bn�shCreekRd. gp���� NO.; 40
� � � � � �� � � � � � � � Fart Worth, Texas 76119 eet 1 a
� Phone: 817-49b-S600
�a�: ai�-a9s-s6os p�p��Ci NO.: W190839
� w � � � � T � � L � � �, � � � wtiviv.alphatesting.cam
Client: Lennar Homes of Texas - lrvin Locatfan: Fort Worth, Texas
Project: North o9nte Surtace �le�ation:
StartDate: 6l26I2019 EndDate. ����120�9 West:
brilling Methad. CONTINUOU5 �LIGHT AUGER Narth:
Fiammer Drop ({bs � inj: �4� ! 30
� a o
GROUN� WAl'ER OBSERVATlONS m �� � E� a� - �
a� a } NOf�fE T o �� `m Ll� c� �� m �� � c a
.� � _:�'On Rods (ft): � �❑ o � °W�' � -r�� '��n �� c � � _
U .
� � ,After Drilling (ft); DRY � ua a� � � � � �N o a �j � � :n �
a � cr � m cn
� � ��After` Hours (ft): � � U c c c°�c""n � d •� °1 � � `°
� � �� � � z � � a
MATERIAL RESCRlPTION
Brown CLAY with limestone fragments
11 0.3
2.0
Tan LIM�STONE with clay seams and layers
1041
0.75"
5
1001
0.75"
� p 10.0
TEST BORWG TERMINAYEq AT 10 FT �
15
� � � 11� � �� � � � � � � � 5058BrushCreekRd. B�R��G ��.k �4'�
�� � For1 Worth, Texas 76119
•� Phone; 8J7-49b-5600 S eet 1�0 1
�'a�: a1�-49b-s�oa PROJ�C�' NO.: W194839
W,R-" ��� 1 T �� L ���x � iil S irnv3v.alphalesa'rng.com
Client: Lennar Homes of Texas - Irvin Location:_ Fort Worth,.iexas
Project: North ointe Surtace Elevatian:
Start oate: 8/25/2019 End Date: 6l25120� 9
West:
Dri[�ing Meihod: C�NTINUOUS FL.IGHT AUGER North:
Hammer �rop (16s 1 in}: 14013D
R, GROUH� WATER 08SERVA710iV5 � �a.� y� �� � x
� � `. 'On Rads (ft): NONE � z, a� � � U� ; � 'a �, �� , �� [ a
� Q 'After Drilling (ft}: D�Y Q �C�7 � � p � � � �o �,� o � � � �
� �° �After_ Hours (ft): � �� v� a.. � � � �„N a" � �Q ro �;� cn
� �� c c c�a in °°'� � � �, m
�a a � z � � a
MAT�RIAL �ESCRIPTIQN
`�' '� BrOWn CLAYEY GRAV�L
� � �'
Y� �/. t
r.-��3J.
: 1f 11
,- , y
_�r
� z,o
Tan LIMESTON� with clay seams and fayers
1001
, 1.75"
1Q0/
'� 0 Q.75��
14.D
Gray LIMESTQN� with shale seams �Q��
i5 15.0 1.25��
TEST BORf�G TERMINATEO AT 15 F'7
5058BrushCreekRrL 80���� �Q.. 42
� � � � � �� � � � � � � � Forf War1h, Texas 76119 gneet 1 0
� Phone: 817-496-5600
Fmc: 817-49G-5bD8 P�QJ�C� ji��.: W'��Q$39
111Q Fi � F� � I T 14 � L�� Ii I N� �vtiv.alphalesting.carn
Client: Lennar liomes af Texas - Inrina l,ocatfon: Fort Worlh, Texas
Project: North ointe Surfaee �le�ation:
Start Date: fi12512019 End L]ate: 6�2b�Zfl19 West:
Drilling Method: CONTINUOUS FL.IGHT AUG�I� North:
Hammer Drop Slbs 1 inj: �4� 13Q
� GRaUtVD WAT�R OBSERVATIdNS a a �� y� y �� � � , .� �
NOiV� �, `m U� c._ �, E 4
� � �'On Rods (ft): �— �p `o�' Y y -o� '�� �i� c � � �, �
`—' QRY •
� :c �After �rllling (ft): � �� o� a o � c� p�,� Q a U � in � 3
� � '�Afler� Hours {ft): � � � � � g� p z �� � J � a �
C7 � a � c a �
a
MATERIAL 17ESCRIPTION
�j 6rown CLAY ' 2Q 41 21 20 ;
` 1,0
Tan LIMESTOI�E with clay seams and 1ay�rs
1041
9.79"
5
1001
4.75��
.� Q 14.0
TEBT BORING T�RMINATE[] AT id FT
15
A � � � �'�� ,� � � T 1 � � , 5038BrushCl•eekRd. BORIR'G I1IQ.• 43 ��
� Rori War1h, Texas 7L119 '
Phone: 817-�96-5600 heei o i
Fax: 817-996-5608 �ROJ�Ci fVO.: W19a839
1'J H�� C I T IR L L �� C I R1 S ww�v.alp�ral�snrrgeom
Client: Lennar Hames of Texas -[rvinq Location: Fort Worth, Texas
Prajeci: North alnfe Surface Ele�ation:
Start bate: 6/25/20i9 �nd Date: 8/2b12019
West:
Drilling Methocl: CONTfNUQUS FLIGHT AUGER I�orth:
Hammer Dro� ([bs ! fn): 1aQ 130
� GROUNb WATER dBSERVATl�NS � o.� � �' �
E a� r x
w � NQNE a o cn� � o N rny m ' , . m
� � �IOn Rods (ft): � �, a� � a� U � �' 'm W E � c ;2
a a oAfter �rilling (ft): DRY —�'Q o� �—�$° o� e�' mo �'a a � � � m
Q � �After_ Hours (ft): � �� °� a o � � a� �•� U �� 'y � 3
C7 cn � X� = U� ' Z � � � a � cn
MATERfAL �ESCRfPTldN
F� a � �
II I Brown CLAY
I� I . 1.5 � 8 38 19 19 0.1
� II
Tan CLAY z��
3.75 15
3.D
Tan LfMESTON� with clay sea�ns and layers
1001
, 2.75"
1001
1 � , 0.75��
12.0
Gray LIMESTO�l� with shale seams
�5 1001
95.0 0.25��
7EST BORING 7ERMINATED A7 15 FT
S058BrushCreekRd. gO�tING NO.• 44
A � � �j � �� � � � �' � � For� �Yor�h, Teacas 76119 eet a 1
1 � Phone:817-496-5G00
Fax: 817-496-5608 ��pJ�CT NO.: W19fl839
� � � � � � �. � � � � � � � � � w�viv.alp)ralesting.com
Client: Lennar Homas of Texas -lrvin l.ocation: Fort Worth Texas
Froject: North ointe Sarface �lavation:
StartDate: 6125120i9 EndDate: 6I2512019 West:
Drflling Method; CONTINl1�US FLIGHT AUGER Narth:
F[amme.r Drap (Ibs 1 inj: 14013p
GRQUND WATER OBSERVATIONS � a � �' �� � � ' ; aXi
a J a� �� N U� c� '� d � E � o
„'On Rods (ft): NON� 1- �❑ � � ;� w nr ��� �� c � �
w � �After Qrlllln (ft): Df2Y � oC1' �s o E � rn mo �p. � � �' '�
� a � E �� °� �� �� �N Q� U a' � in U�5
o �° `FAfler_ Hours (ft}: �� � � � o�, o o � a; � � m
c7 - u� � a 0.�� z� � n,
a
MAT�RIAL DESCRIP710N
( 8rawn CLAY
`I I I 4.5+ 9 7 41 'i 9 22
IIII 2.0
Tan LIMESTONE with clay seams and layers
1Q01
1.5��
5
1001
0.75"
1 � 10.0
T�ST BORING 7�RMINATED AT 10 �i'
15
A � � � �'� � � � T' � G 50S8BrushCreekRd. BORINC� NO.: ��J
� Fori Wort]i, Texas 7b119 e�t 1 0'!
Phane: 817-49b-S60tJ
Faar: 817-49b-5608 PRDJ�CT ND.: W9 9a839
W b� i$ � I� Rc L L �� C I Ed S �vwtiv.alphatesting.cam
Clisnt: _ Lennar Homes of Texas - Irving Location: Fort Wofth, 7exas
Praject: _ Northpointe S�rFace �[evation:
Start Date: 6/6/2019 End qate: 6/5/2099 w�ti:
dri�ling Method: CONTfNUOUS FLICHT AUGER N��{�;
Nammer Drop (!bs 1 in}: 14013tl
CROUND WATER QBSERVATI�NS -a.� � �� � .c ° x
a� a
� � ' � On Rods (ft): NONE ��, a y �,a��i U._�'`�., c� 'a�i � �� � c a
� Q �After Drilling (ft): DRY �' aC3 � o o � � �, �Q Z,a o � � � �;
q � �After� Hours (ft): � �� c�n n' � o � a a �� a � " �u, u3i
_ � ,. � �n
• fn a X� c � cn Z � � � a m
�__ � � ? � � A.
MATERIAL DESCRIFTION
Brawri Cfay with limestone fragmenfs '
18
11
4.0
Tan LIM�STONE with c�ay s�ams and layers 32�
� .� 2��
10D1
1� , 1,75��
13, 0
Gray LIMESTONE with shale seams
1001
i5 15.0 0.75"
TEST 80R1NG TERMINATED Ai 15 FT
5058Br°ushCreekRd. gOR1PfG iVO.: 46
� � � � � �� � � � � � � � Fort Wor1h, Texas 7b119 �t .� a
� Phone: 51.7-496-5b00
�a�: $1�-a�s-s6o& pROJ�C� NO.: W190839
illd Fi F� R� l i J8 L L 9� G I F� � �+�v�v.alphptesting.com
Client: Lennar Homes of Texas - Irvin Location: For[ Worth, Texas
Project: North ointe Surface Elevation:
Stark Date: ��92�2�i 9 End Oate: 711212D19 West:
Drilling Method: CONTIiVU0U5 FLIGHT AUGER North:
Hammer Qrap (Ihs 1 in): 140130
a
CyF20UNp 1NATER OBS�RVATIQNS n, �� "�' �� � o, �; , axi
� o.. o u) Q�n rn q� � � • � -� o �
aa o �ONE a .� m U� c.., � E c ,
� � 'On Rods (ft): H �`� `o� °' � -o.� �N� � c J —� .--r
� :c �'After C]rilling (ft): DRY Q a� � n o � c � �Q �'� �j ] 'y � 3
a�'i � �After HOtlfs (ft): � ai� U� Q" ���' a o av v � � � c�
$ cn � i�
� � � � �a a � z � � a.
MA7�RIRL D�SCRIPTIO�I
' Srovvn CLAY
4.5+ 13 44 18 26
2.0
� Tan CLAY with calcareous nodules
� I I I I 4.5+ 12
11�j
I����I
� �II`I 4.5+ 12
I �I 6.D
Tan LIM�ST�NE wilh ciay seams and layers
1041
1,25"
� p 10.0
T�ST BORWG TERMWAT�D AT 10 F7
15
5058BrushCreekRd. �ORING NO.: 47
� � � � � � � � � � � � � Fo�•t 6Yarth, Texas 76119 Sheet 1 0 1
� Phane: 817-q96-560U
Fax: 817-49fi-5S08 P�O�J�C�' �0.: W190839
W � � � � 1 T A �. � � � �i ! !�P � wtivtv.alphatesiing.conz
Client: Lennar Hornes af Texas - Irvinq Location: Fort Worth, 7exas
Project: North ointe SurFace @levatian:
Start Date: 61512Q19 End Dake: 615120'f 9 yU�g�_
Drif[ing Method: CDN7INUOUS FLIGNT AUGER Narth:
Hammer �rop (�bs 1 in): �4p 130
� GROUND WA7ER OBSERVATIONS �, o �•C y E �� � x
a� a n o cn � o N �� � � •• . �
w � L'On Rods (ft): NONE � Z,� a� � a? U� �min �' � E � � �
� � �After Drilling. (ft): DRY � 7d � � c�i � a� m � a '� .�.� o ?y � ;Z' —
� � n � c� oo cC o Z'p. U � n�
n � _�Aftar_ Hours (ft): � � �°-- � � c � aN �'" � ro �v, cn
US � Xa � �(l� � z ? � J d �
MAZ�RIAI. bESCRIPTION r
Brawn CLAY '
4•5 21 5� 20 35 0.3
2.0
7an LliuIESTON� with clay seams and layers �2�
10
1001
5 3.25"
� oor
90 ���
12.0
Gray LIMESTONE with si�ale seams
� noi
15 15.0 9.25��
TEST BORING iERMINATE� AT 15 FT
5058 Brush Creek 12d. BORINC� NO.: 4$
� � � � � ��� � � � � � � � F"orl Fl�nt'th, Texos 76119 heet o 1
� Phane: 817-49G-5600 :
Fns: 817-496-SG08 PF�OJ�C� iVO.: W'i 90839
� p � � � � �. � L � � � � � � � �v�viv.alphatesling.conl
Client: Lennar Homes of Texas - livin Lo�ation: Fork Worth, Texas __
Project: North ointe Surface Elevatian:
StartDate: 611812�19 End�aie: 6118l2019 West:
�rilling Method: COM1fTINUOUS Fl.1GHT AUGER North:
Hammer l]rap (lbs 1 inJ: 140130
� a �
GRQUND WATER OBS�RVATIONS m �� ��� � a, � axi
�'' ' o NONE. a a m� a`� U� c� n� � �E � c o
a� � 'OC1 Rods (ft): I- �'C] � `� °Y"' -ct� ��+� �� c .� � �
a � � �� ��' m�- �+ a u o � U �' m
W r �After Qrllling (ft): � R Y a�� �a o a ,��-, �' aN Q a U � �n � 3
o"
a' m ,n u�
o � �-JAfter_ Haurs (H): � � � 0. �' 8c""�n ' � � � J °- `°
�0. � � � � � �
�
MATERIAL �ESCRIP7IQN
I� Brown CLAY '
`III 4.5+ 15 44 22 22 0.0
1� �
2.a
` Tan CLAY with calcareo�s deposits
I
� I � I 4.5+ 13
II� I
� I , I 4.5+ 16
5 � 5.0
Tan L.IhliESTONE with clay 5eams and layers �041
D,5°
10�01
1� 1D,0
7EST BORING TEFtMWATE� AT 14 FT
15
5038HrushCr•eekRd. gOR1NG N�.• 49
� � � � � �� � � � � � � � For•r Worrli, 7'exas 7bIJ9 ; eet o 1
Phone: 8I7-496-5600
Fax: 817-49G-56Q8 PROJECi NO.: W190839
lid Fi ��� I T l� � L ���i I!� � lvwtiv.alphatestirig.con:
ClienE: Lennar Homes of Texas - Irvin Locatian:_ Fort Worth, Texas
Praject: North ointe Surtace �levation:
Start Date: 6/5/2018 �nd Date; 6/5/2019 West:
brilfing Method: CON7INUOUS FLIGHT AIJGER North:
Hammer drop (lbs 1 in): i40134
o, GR�UND WA7ER OBSERVATIONS �, a �•5 ��� v� � x
a� o Q o En,c � o oi� .o' c . • a
� U �'On Rods (ft): NOt�E ��,o o� ��, c�� �.� a� � E � c o
a Q .After Drilling (ft): DRY Q oC7 �_�o` b� � rn mo Z,� a � � � �
p "� �ARer_ Hours (ff): � �� �j� a � � a ° N ❑-- v � �� `—' 3
N fn
� rr� � � a 0.� cn � z� � -J a a
MATERIAL bESCRIPTION
Brown CLAY with sand and limestone fragments
4.5 14
2.0
7an CLAY wiih cafcareous deposits
4,5 19
� 4.5+ 2,9 912 '!7
4.25 20
� 4.5+ 24 67 22 45 3.2
90 1�.0
Tan LIME5T0�}� with clay seams and layers
13.0
Gray LfMESTONEwith shalB seams
1041
16 15.0 1.25'�
TEST BQR�fVG 7�RMIN;ATED AT i5 FT
sosaBr��shc,�e�xd gOR1NG fVO.• 50
� � � � � �� � � � � � � � Fort Worih, Tex�s 7GIi9 ael a
� Fhane: 817-496-56b0
Fca: 817-49b-SG08 PRO.��CT NO.: W9 90839
tild ii �� E I T 1� �!� �� G I F� � �'�y���RJph�testing.com
Client: Lennar Homes of Texas - Ervin Location: Fart Worth 7exas
North ointe Surface Elevation:
Project: 611312�19 W�t:
Start Date: fi11312019 �nd Date:
Dri[ling Method: CONTINUOUS FLIGHi AUG�R North:
Nammer Drop (I�s 1 in}: 140130
GROUND WAT'�R OBSERVATIONB m o �° � -�`"- E� y 8, � ... a�`i
u� o NON� T o u�,K � c°�v cm •�, m '� � c o
,a3 -� _Y�On Rods {ft): � Z'a � � y a� at �N� � c � � �
U G3 j� ql � U Q7 `r V1 O � O -d LJ � �
-c � �Affer Drilling (ft}: d�Y � � � Z'� •
a �� �.n a o C� a� v � v, •� �
0 � �Afler,_,_, Hours (H): �� v c c �i� ' z �v � '� a m cn
� �� a � � � a
MATERIAL bESCRIPTION
Brawn CLPY with limestone fragments '
94
1.�
Tan LIMESTONE wiEh clay seams and layers
1001
1.25��
5
� oa�
0.75"
� p 10.0
TEST BOFtING TERMIE�ATED AT 10 FT ,
15
� � � � � �� � � � � � � � SOSBBrushCl�eekRd. B�R�NG, N�.: �j"�
� Fnr�t WartJ,, Texas 76119 S eet o 1
Phone; 81 T-496-5600
F�: 81�-4s6-sboa p�OJ�CT NO,: W190839
W F� �€i � 1 T' 1� I. C. ��� I Fi S �uil�iv.alphafesling.conl
Clfent: Lennar Homes of Texas - irvin . Location: �ort Worth Texas
Projeck: , Northpointe SurFace �fe�ation:
Star# Date: 8/6/2019 End pate: 6f612019
West;
�rilling Method: CaNTINUOUS FLIGHT AUGER Nnrth:
Hammer Drop {Ibs 1 in): 14D I 30
� GROIJN� WATER 08S�RVATIOIVS � �.c ,,N�, E� y � � � �
� � , n o c4 " o ui rr� � .
� LQn Rods (ft}: NONE ��,❑ a� �� U: �� m � � E � o
L r '�After �rifling (ft}: DRY m°' m -" �-�L N �� a � � .� _
o. n Q o� �� o�E �� �o Z'n a • m
o `� JAfter� Hours (ft): � m U'� � o c°' a� �v U Q � ,N cn
� � � xc c c�i (A ' a �c � :J � �a
I— p- a j Z� 2� a
MA7'�RIAL DESCRIPTION
Brown CLAY with limestone fragmerrts
2.25 17
2.0
i'an LIII/ESTONE with clay sesms and �ayers 1 p0/
4.35" 7
'f 001
$ 0.75„
1001
10 0.75��
12.0
Gray L�M�STONE wlth shale seams
1a0/
15 15A 0.75��
TEST BORING TERMINAT�p A7 95 FT
5058 Brush CreekR�i. �OR��(y �Q.: 52
� � � � � �� "��° � � � � � � Forr Worah, Traas 78114 • Sheet o
� u Phane:817-49b-5600
Fa�: 8I7-49b-S608 pRp�1�Ci I1d0.: W190839
Ek' P Fi � Fi E� l T Ib L L �€ f+r I N S �vtiu.ulphadesting.com
Client: Lennar Homes of Texas - Irvin Location: Fort Worlh Texas
prQ���; Northpointe Surface �levation:
StartDate: 6119120i9 EndDate: 6119I2019 West:
Drilling Method: C4NTINUOUS Fi.IGHT ALIGEI� North:
Hammer prop (Ihs 1 in): 140/30
GROUND WATER 085�RVATIOfVS m o :°' � -��.- o N �� a, � . . � o
m o ' NONE a �� � U� �.� 'd y � � c o
m -� _,'On Ftods (ft): ►— �a a � ;� �, �._ �Ncn �� � � � _
U .
� L ZAfter �Cill[ng (ft): DRY °1 �CJ � o a� � rn �ao zo. � v � •� �
Q Q � �� o� a° �� �ni n" U Q, m ��n ai
m � `�Afiter Hour� (ft): � � � � � Sin ' z '� � � �- f°
� � �C a a � � � o.
�
MATERIAL D�SCRfPTI4N '
1 I Tan CLAY with fimestone fragments �
I+ll 3.73 96 49 19 30
�����
�.o
Tan LIMESTONE with clay seams and layers
100!
2.5"
5
1001
3.25�� `
10 10.9
TEST BOF2ING TERMINAiED AT 1� F7
15
� � � � � 6� � � � � � � � 505813rushCreekRcl. �ORIIVG IVO." rJ3
R��// For1 Worth, Texas 7G114 � eet o
° Plione: 817-49G-5b00
i� Fax.• &17-496-Sd08' PR�J�C� NO.: W1 s0839
1M a� R� 1 Y A l, �. �� r � N� ivYvtiv.alphatesting.com
CGent: Lennar Hames of Texas - Intinq Locatlon: Fart Worth, Texas
Project: , Northpointe SurFace Elevation:
SEart �ate: 6f61z�19 End bate: 61Bl2019 �
West:
Dri1ling Method: CONTINUaUS FLIGMT AUGER North:
Hammer �rap (Ibs ! inJ: �40130
� o GROUND WATER.OBSERVATIONS � o -a.5 .��n, �� 3 � o � �
�' -� On Rods (ft}: NONE T � �`� � o . '
.� U ` F' a�iq � 3 x m -o� 'uEi� � +� � � �
a Q �After Drilling (ft): DRY � o� � ° o � c m �60 �'a � � � �' `m
o �° -rAfier,,,_, Hours (ft): ��� U=-' d� � m ac`� o`- v �. �� � 3
C7 c`°n � X= c c� u� ' a �c °' � a � cn
""� �j Z� � a
MATERfAL DESCFtIPTIdN
Brown CLAY with fimestone fragments
A.5 22 68 24 44 0.1
2.z5 ��
a.o
Tan LIi��S70NE with clay seams and layers $��
5 10.5��
1 1001
10 , 1.25��
1 �.0
Gray LIAIIESTOiVE with shale seams
� oa�
� � T �.o
TESi BORING TERMI�ATE� AT 15 FT
5058 Brush Creek Rd. BORI�IG NO.: 54
� � � � � �� � � � � � � � Fort GYarth, Texas 7h119 heet o 1
� Phone: 817-496-5600
Fax: 81T-496-5608 p�O�1�Ci NO.: W190839
{+� ���� I T A �! �� C� I N 5 tvtiv�v.alpTtatestirag.epnt
Client: Lennar hiom�s of 7exas - Inrin Location:_ Fort Warfh, Texas
Project: fVorthpoinle Surface Ele�ation:
Start Date: 611 3120 1 9 End Date: fil13I2�19 West:
�riiling Methad: CONTIfVUOI�S F�IGH7 Ak�GER Narkh:
Hammer Urop (Ibs 1 in}: 14013Q
GROUND WATER OBS�,RVATIONS � �•� ��� a o, \ • v
� o . • b
m o NONE T a �� « m U� �'•m a� � E � c p
,m � ,�'On Rads (ft): H �p a �' ,°X� � -a.c �N� � � c —i � �' �
U �RY °1 �Ci � a � E °} rn�� �a �j :o a�
Y � �Rfter Drilling (ft): �. �� �.� 0. 0 � � a��., o" , � � 'u, c�n
o� yAfter` Hours (ft): �� � � �$rn �° = c��a J a `�
� � �a a � z � � �
�
MATERIAL QESCR1Q710N .
1 Brown CLAY with limestone fragments ; 10 44 22 2Z
` 1.0
Tan LIMESTONE w9th clay seams and layers
104!
Q.25"
5
100I
4.75"
10 1 �.0
TEST 80Ft1NG TERMINAT�D AT � 0 F1'
15
� � � � � �� � � � � � � � sos& Br�h creekrtd. BORINC9 NO.' 5rj .,
� F'ort Worth, Tesas 76119
Phone: 817-49d-5600 + eet o 1
Fuz: 817-496-56Q8 pROJ�CT iVO.: W� �Q$3Q
{� � � � � � T � L [, � � (� # � S tivww.alphpiesting.com
Client: Lennar Homes of Texas - Irving Location: Fort Worth Texas
Project: North ointe Surtace �levation:
Start Date: 6126/2019 End Date: 6/26/2019
West:
Drilling Method; CONTINUOUS FLIGHT AUGER North:
Hammer �rop {Ibs! in): �40130
a, GROUND WA,T�R OBSERVATIONS � -o.e �� �;= e x
N ' J � � �-+ �`
� � \%,�n Rods (ft): �lONE �T Z, o y m� U`•-`�' c� 'a�'�i � 'E �� � a
r t .After �rlliin ft : bRY � °'� a, � '� °7 �� �+� J -
¢ a 9t ) n oa �° a£ c� �a �n � a `-' � u�
Q `� _pAfter_ Hours (ft): E �� �j� a � � � aN ❑" U 'a. �� " 3
� ffJ �' � C U fI] �� C w J d N �
� � N C z f0
MA7ERIAL �ESCRIPTION a a� � � 4
�� Bro�rn CLAYEY GRAVEL
.� f
� �f
'r;. • �� 16
1.0
Tan LIMESTON� with clay seams and layers
5 10�0!
� � oor
90 7.25��
13.0
7an CLAY
3.75 � g
�4.0
T'an LIMEST�NE with clay seams and fayers 100/
��
15 15.0 2
7EST BORlNG TERMINAT�p AT 95 FT
50SSBrushCceekRd �ORIIVG NO.• 56
� � � � � �� � � � � � � , � F'or� Warah, Texas 76119 � eet o 1
� Phane: 817-49G-5b110
Fcrx; 817-496-5608 p�OJ�CT MO.: W19fl839
VId Gil ��� I T� L L 6��3 I N S tinvw.alphatesting.carn
Client; Lennar Homes of Texas -{rvina l.ocation: Fort Worth, Texas _
Project: Northpointe Surface �levation:
Stark �ate: 6/25/2019 �nd �ate: 6/25/2019 West:
Brilling Method: CONTINUOUS FLlCHT AUGER North:
Hammer Drop (lbs! inj: '�40130
GROUND WATER OBSERVATIONS � o �•� � a y �� rn � . � �
v' a, �'C `m U: c.v a� M � � c o
,a � �"On 1�ads (ft): NON� r- �'p o �^ Y � v.c 'N� ��` c J '� =
� DRY a � � °7
r :_ '�After Orilling (ft): o. �� a� � o � c �N � �' V 'a �in " 3
a C� V N �� i»
a � �rAfter` Hours (ft): � a �� ��� a zo j � � a a
�� a � �
MATERIAL RESCRIPTI4N
I� Brown GRAVELLY CLAY '
I�`I 16
I I I, z.o
�I Brawn CLAY witF� Ilmestone fragments �7 33 18 15
' 3.0
Tan LlMESTONE wikh clay seams and layers
1041
Q.75"
5
10�!
� n � o.a
o.s��
7EST BORfNG TERMINAT�D AT 24 FT
15
; � � � � � a� � � � � � � � SDS$BrershCreekRd. �0���� NQ�: 57
��/ Fort Wor1h, TexQs 76119 heet 1 0
Phane: 8i7-�196-5600
Fitx: 817-99b-56Q8 pROJECY NO.: 1N190839
� FI € �1 E 1 �j' ja �, �, � � G � �j ,S iviv�v.alphatesrrng.com
Client: Lennar Nomes of Texas - I_rvinq
Location: Fort Worth iexas
Praject: No�th ointe SurFace Ele�ation:
Start Date: 6f2612019 End Date: 612 612 0 1 9�� West:
Driffing Methad: CONTINUOiJS FLIGHTAUGER North:
Hammer Drop �Ibs ! in): 140130
Q GRO�N� WATER OBSE�tVA.TIONS �, �.� ��� �� a x
� � `�'On Rads (ft): NONE � �, �� u, ti� � � 'a�i � '� �E � o
� a 9After Drilling {ft): DRY ��� m� �°1 aw y� ��, a
E a� m o � � �`
� � _[AffLf` ii0Uf5 ({{}: � �� U'� d� � a 0.N Q n � � in � $
� (n � X y � c�aU�] ' � .� � � 0. � �
MATERlAL DESCRIPTIO�V
~4 a � � � 0.
I� 7'an CLAY with I�mestone fragmenis
I�I(
III 4.�+ 12 38 19 19
I 2.0
7an LiM�S70NE witY� clay seams and layers
'I OQ/
5 0.75"
1001
10 0.25"
100/
15 ,� 5.0 3.75��
TEST BORI�[G TERMINATE� AT 2tl FT
SD58BrushCreekRd. ������ ��.' rj$
� � � � � �� � � � � � � � Port R�orth, Texas 7G119 � heet 1 0 1
�� Phone: &77-49d-56a0
Fax: 817-496-56d8 �RO,j�('i� ��.: W� 90839
LiE b L� �� I T W L L��� I ES 5 �v�utiv.alphatesrrng.com
Client: Lennar Hames of Texas - Ir�in Lacation: Fort INorth, Texas
Project: Northpainte Surface Elevatlnn:
Start Date: 612fil2419 �nd Date: 6126l2019 West:
Qrilling Method: CONTWU4US FLkCHT AUGER North:
Hammer Drop (Ibs ! in}: 140 ! 3Q
GRdUNf1 WATER 065ERVATIONS n� �� v a� �� o, � v
o' � a' �� a5 Uv c•°S m aci � � c a
� � �E_'Qn Rods (ft): NONE I— �p � �+ .°e m -ar 'NN �� c � � =
� � �After arilling (ft): DRY Q�� o� a o,� [' aN ag V � � � c�i�i
� � `�After^ Haurs (ft): � � � � � �� o � -c � _, ci �
� �0. 0. � _ �
MATERIAL. DESCRIPTION
� I 8rown CLAY with limestone fragme�ts '
I��I 4.5} 42 36 18 18
� � � I 2.4
ian LIM�STONE with clay seams and layers
10R1
U.75"
5
' 1001
0.75��
1 Q 10.0
T�ST BORING TERMINATE� AT 20 FT
15
� � � � � �� � � � � � � � 5058BrushCr•eekltd. ���INC9 i1dO.' 'rJg
� For•r Ww�dh, Tex¢s 76I19 •
Phpne: 817-436-5�00 eet '! 0
��: �s�'-496's6°a pROJEC�' NO.: W190839
'� �' � � � � �' � �„ � � � G � � $ iv�olv.Qlphatesting.cony
Client: Lennar Hames of Texas - lr�inp Locatinn: Fort Wo.rth, 7exas
Aroject: Narth ointe SurFace E�evation:
Start Date: 612�/20�9 End Date: 6�26�2p19 West:
Drilling Method: CONTINUOU5 FLIGHT AUCER North:
Hammer Drop {fbs 1 in): 740/30
� o GROUND WAiER OBSERVATI.ONS -a,� ��� � t a x
w U _i°On Rads (ft}: NONE � Z, `o� �:? �� �'.a+ � � � �� = o
� � �After �rillin ff : DRY v °J� m � '� °} �L 'y� —
a a 9� ) Q�C'J �o o� �ai asQ �a � � � �' a�
p � 7Affer_ Nours {ft}; � �a v� � ° � � aN ❑" v = ��, �' 3
l �� c c c�i t� ° fl'c °S -7 � ro (�
� � a� c � m
fUTATERIAl. DESCRfP7iON � p' � � � a
Brown CI.AY
�tf
I( I I 2.5 22 4$ 20 25 0.0
�I '
2.0
Ta n C LAY
2.75 O.B 103 17
5
3.25 � 7
� 'f 6
8.0
Tan and Gray SHA�Y CLAY
3 25
10
11A
Gray SHALE with fimestone seams
� na�
'I 5 'i 5.0 1.75,�
TEST BORiNG T�RNlINATEd AT 15 FT
5D58BrushCreeklfd. 8����� �Q.: ��
� � � � � ��� � � � � � � � Fort Worah, Texas 76119 ��t ,� o
� Phone; 817-49b-560,f1
Ferx: &l7-496-5608 ��o��c� �o.. W19083s
441 !� ��? �! T 1R L L E� � G I H.� www.alphatesring.com
CIient: Lennar Homes of Texas - Irving Location: Fort Worth, Texas
Project: iVarth ainte 5urface �levation:
Skart Date: 6/27/2019 �n� p�ti�: 612 712 0 1 9 West:
Qrilling Method: CONTINUDUS FLIGHT AUGER North:
Hamrner prop Slhs 1 in): 140130
� � Q
GFtOUiVD WATER OBSERVATIONS m �•`— v E� ��, - .= . �
rn � o. o t!3 .,, �� rn� c E �
� � ,�On Rads (ft): NONE H�p o� a°c 4� -ot �wo � u C � u �' o
L :c LARer Drillin fit : DRY '—� ��' � o o� c� �o Z'n � �° i� 3
9 �) � �� a.o p� b c� a N � s' m w cn
� � �
� � �After_ Haurs (ft): � � V � c �r"n ' 6 •_ � J 1°
CJ cn �C 0. a� Z� � d
iUlA7�f21A1. DESCRIPTION
� I Brown CLAY
I� 1 I 4 16 47 23 24
I�2.0
Tan LIMESTONE with clay seams and layers
2�5 �
5
'I OQI
D.75"
10 9 Q.0
TES7 BORING TERMWAT�I7 AT 1 a FT
�
15
� � � � � �� � � � � � � � SD5813rush Cr�eekRa: BOR�NG NO.: 6�
� Fort Wa•rh, Texas 7G119 5heet of 1
Phane: 517-496�5600
��: s1�-49�-sbaa PROJEC7 R!O„ W190$39
y� �� p� � � r�y �, �, ��� � p� g Stnviu.ttlphatesting.com
Cfient; l.ennar Homes of Texas - Irvi� Lacation: �ori Worth Texas
Pro�ect: North ointe Surface Efevation:
StarE date: 6/6/2099 End Date: 618/2019
West:
prilling Methad: CONTINUOUS FLIGHTAUCER NorEh:
Hammer Drop (Ibs 1 in): ��fl � 34
o, GRdUND WAT�R OBSERVATIONS � o -a.5 � E� �� � x
� U �'On Rods (ft}: NONE F�' � `o � �m � a� ��� Q1 a� � E � o
a � '� A f ier Dri l iing ( f t): � R Y o. o� �� o� c a' 'y°o Z'a � � � �' a�
Q `� [After_ Haurs (ft): E� �j'� a� �� acv q� v '� �� � 3
� � rx c � $� � a �c °' J n, � cn
MAT�RIAL n�SCRIPTI�N
�� a � � � � a
Brawn CLAY wiih limestone fragments
A.5+ � 3
2.0
Ii Tan CLAY with cafcarenus deposits
� I I� 4.5+ 1 4 3 8 1 7 1 9 0.�
I� I�4.0
_ Tan l.IMESTONE wiih clay seams and layers 100!
� 7.25"
10�/
� 0 .�„
12,Q
Gray LIMESTONE wiih shale seams
100/
15 15.0 ��75��
1'�57 eORING T�F2NffNATE� AT i5 F'T
5058Br•ttshCreekRd. B�RING NO.• 62
� � „� � � ��� � � � � � � � F'ort YPorth, Texa.s �6119 heet o 1
� Phone:817-496-5600 �
Fax: 819-49G-56D8 p�p.]I�CT ND.: W190839
{di� Fd � Fi L� 1 T l� t� ��� I R� S ti��u.alphatestin,g.coni
Client: Lennar Hames of Texas - Irvinq _ Location_ Fart Worih iexas
Project: fVorthpoinle Surface Ele�ation:
Start Da#e: 6�'i812019 Enci Data: 6�i8�2dTg West:
Drill9ng Mekhod: CONTINUOUS FLIGHT AUGEFt North:
Hammer Drop (Ihs ! in): 14013�
� GFiOUND WATER OBS£RVATIONS a Q �.� � o� a�, � -- m
m o NONE �, � `m U� c�•a' �v � � E � o
� � �On Rads {ft): 1— �p, `o � Y � -a� 'N� �r� � � � ..�
� s �After Drilling (ft): DRY Q p� �� o o �` ao Z'a �j � y .� 3
Q' (0 i� UJ
O- " U q... n. i W N C5`�
o � �After_ Hours (ft): �� � a� �� n o*' m � a @
G C � � a�
c7 u� �C a a�. ? z� � a
MAT�.RIAL. �ESCRI�TION
6rown Ci..AY
4,2� 15 50 19 3i 0.0
z.a
Tan LIMESTONE wlth clay seams and layers
� aoi
�.a�„
�
100!
1.25"
10 10.0
TES7 80R1NG TERMINAT�Q AT 10 FT
15
A � � � � �� � � � � � � � 5o5aBr:rshCYeek�t, B�RING NO.: 63
� Fort Warth, Teras76i19 eet 1 0
Phana: 817-A9G-S600
Fax: 817-496-5608 �ROJECi NO,: W194$39
IHd b� R E! Y��� � E G! IN S 1+�uw.alp]:atesting.co»�
Clfent: Lennar Homes of Texas -.Iroinq Location: F'ort Worth �exas
Praject: North ointe 5urface Ele�ation:
Start Date: 6/5/2019 End IJate. 6/5/2019
west:
�rilling Method; CQNTlNllOUS FLIGHT AUGER �a��;
Hammer �rop (lbs 1 in}: 140130
a, GROUN� WATER OBSERVATlONS y -a.5 y� a L n K
m o a o Va " o� �a rn - , , m
� J '�:'dn Rods (ft): NOiVE � Z, o� � a U� c� 'm � � E � a
U � �
� Q �AfteP Drillltlg (ftj: bRY � aC�! � o o� c rn �n �'a � a � �' m
p � _/After` Houts (f1}: � �� �j� a- � � � ac� []�- � 'tr, �� .� �
N� �a ��� a z� � J � a cn
_ MATERfAL p�SCRIPTION
6rown CLAY
a.3 22 fi8 23 45 u. !
2.Q
Tan LIMESTONE with clay seams and layers
a2( �
5 �2'
1001
� a a.���,
�z.a �
Gray LIMESTONE with shale seams
10�1
15 ,� �.0 0.75"
TESi' BOR1fVG TERhl�NATED AT 15 FT
5058BrushCreekRd. �Q���(�+ NO.: fj4
� � � � � �� � � � � � � � Fort TiTorih, Texas 76119 eet 1 0
� Phone: 817-496-5800
Fax: 817-4A6-5S08 �j�Q,J�C�' NQ,; W190839
1IId � � R � I � A ! �. � � � � {� � ti��v.alphQtesring.canl
Client: Lennar Hames of 7exas - lrvin4 Location:, Fort Warth, Taxas
Project: Norfh ointe Surface Ele�atian:
Start Date: 611 3120 1 9 End Date: 6/13/2019 West:
Urilling Methad: CONTINUOUS FLIGHT AUGER Narth:
Hammer Drap (Ibs ! in): '144 � 30
GRQUND WA7EFt DBSERVATIONS w ` �' � �' �� °7 � \ m
0
m ° NONE T e L(7 � U� �.� � � � � C n
,� J _,�On Rads (ft}: r- �a n� Y � ar 'u�cn �� � :.� � .;
� DRY ?� � Ci � o o E c rn ca a � � c� �`
s :� ,After Drilling (ft): z'a • � °3
a o�+ o� o�- c Qc+� p.1 U � in 3
m � �After_ Hours (ft): �� c3 c a c UN o o • � � a � u�
C] � rq ?G a � � z j � a
f- � .
MA7ERIAL �ESCRlP710N
1 I 8rown CLAY !
1 I a.5+ � 3 49 , 9 3d �.p
�I �I 2.n
7an LIMESTONE with clay seams and layers
1001
0.75"
5
10Q1
0.25"
1D 10.0
TES7 BORING TERIuIINATEO AT 10 FT
�
15
� � � � � �� � � � � � � � SD58BrushCr•eekRd gp�NN� NO.: (jrj
Forr Worfh, 7"exQs 76I19 Sheei o 1
� Phone: 817-49b-S6a0
Fax: 817-q96-5S08 �Ro��er No.: W190a39
'VI� li � � � I; 11 L �. J � � ! � S tiv�����.adphatesreng.cam
Clienf; Lennar Homes ofTexas - Inrin Location: Forf Worth Texas
Praject: North olnte Surface �le�ation:
5tart Date: 6I512019 �nd date: fi15/2019
West:
Driliing Methodt CONTINUpUS FLIGHT AUG�R North:
Harrtmer 13rop (lk�s ! in): 140130
�, GROUND WATER OBS�RVATIONS y -o � .��., � � .� � x
w o a o u� " o N m a rn � = *, a�
.� � '_; On Rods (ft): NO€V� ��, o� �N U� c,� m � E � � o
Q a �Aftar brilling (ft): DRY Q o� C� o� c� �o Z`a � � U �' u�
o �° '�Aftar_ Hours (ft): ��� U.o a a C�c QN ��. U •� '� '? 3
� � � � c c°�i4 � ° 'c °i a o- � �
�� N c Z � � d
� 4 � �
MAT�RiAL �ESCRIPTION
� I I � Brawn CLAY
„� I� I 4.5+ 1 b 45 22 23 0.1
I I 2.0
� I 7an CLAY with calcareous deposits and sand
II I� I 4.5+ 15
II �I
II �I
� I I 4.5-r 1 B
Il I�
Ir I�
� - t�vith limestone fragments frorri 6 ft to 8 ft
II � 4.5+ 13
I
8.0
Tan LIMESTON� with clay saams and layers
1001
� o . o.��„
�s.a
Gray LIMESTO€VE with shafa seams
� aai
�5 �5,a o.i5„
TEST 80R1NG 7ERMfNATED A715 FT
S058BriishCl•eekltd. BQ���G �0.: �'j�
� � � � � �� � � � � � � � Fori Worth, Taxas 761I9 heet o
� Phone: &17-446-S60U
Fpx: 817-49b-5608 pROJ�CT NO.: W190839
iI4� F� �� E I T !! ti � ��� I N� }v�v�+'.a1Phr�testing.cam
Clfent: Lennar Hames of Texas - I rvin Locatio�; Fort Vhlorth Teacas
Projeck: North ointe Surtace �levation:
Start Uate: fi11312019 End [3ate: 6/13/2019 West:
Drilfing Method: CONTWUOl�S FLIGHT AUGER North:
Hammer Drop {ibs ! in):
GROLINQ WATER OBS�RVATIQNS m �'� �' �� y o, � �
� a � •E � o
a��i � 'On Ftods (ft): f�EONE I'-' �❑ o�' �� v� �N� �� c J J � -r
� ._ �RY n' nCl �+ o �� `� a� m� �a a �° � '�
� �.c ZAfter �rikling (fl): �, o� o� o a � c �N �-.. c� �� '�, . �3
a � ':�aft�:r^ Hours (R): � � � � � c Scn ' ° `� � � � � cn
� � �d a � z � � a.
MATERIAI. DESCRIP7lON
Brown CLAY
4.25 '� s
2.0
� I Tan CLAY wilh calcareous deposils
IIIII 2.5 18
I�`��
f�ll��
5 I I� I I 3.25 22
I��I1
��I�I
`I �� I 4.5+ 16 39 19 2fl 0.1
Ij� �
����I
1 I � � 4.5+ 17
�a �I I I �a.o -
TEST BORWG TERMIiVAT�D AT 1 a FT
15
� � � � � �� � � � � � � � 5058Br:rshCreekRd. �OR���• ���' �7
� Fort Worth, Texas 7G119 `
Phone: 817-49G-S600 eet 1 0
Fax: 817-496-SG08 pROJ�CT NO.: W19D$39
W H��t E I T l� L L� C G I�1 "� �+�vrv.alphatestrng.con:
Client; Lennar Homes of Texas - irvin l.oaation: Fort Worth, Texas
Praject: North ainie
Stari Date. 618/2099 Surface Ele�ation:
End Date: 6/6/2019 West:
Drilling Method: CaNTIN.UOUS FL�GHT AUGER North:
Hammer prop (Ibs ! in): 140130
�, GROUND WATER OBSERVAT10N5 -d � � � � L � x
w � � IOn Rods (ft): NOIVE � �, o N ��; U'�' �'•'�' m m � �� -c �
� � TAfter Drilling {ft): pRY � }� � o o � � m �o �� 4 � w �. �
o � �After_ Hours (R): ��� v'c °- m o� 0. o Q" `m � m y cn
"� �a � �`n Z � � � a a
MAT�RIAL DESCRIPTION
I� ian CLAY
� I I 'i.i5 0,6 i 10 76
II
fl �I
� I# I 2 26 35 18 17 �.0
1
4,0
Tan LIMESTONE wiih cfay seams and layers 1Q0/
5 2 5��
10 100!
0.5��
71..0
Gray LlMESTON� with shale seams
1001
15 15.0
TES7 BORiNG TERMINATE{7 Ai 15 FT
5058 Brush CreekRd. �0���� ��,: 68
� � � � � �� � � � �`. � � � Fort War1h, Texas 7GI19 Sheet o
� �� Phone:817-49d-5600
Faz: 817-496-SS08 P�OJ�CY iVO.: W� 90$39
Vit W� R� I T A� L�� G l f� � ��'��•Qlphatesling.Com
Client: Lennar Homes of Texas - lrvin Locatfon: Forl Worth, Texas
Project: North ointe Su�Face �levation:
Start Daie: 611912�T9 �nd Date: 6I1912019 West:
Drilling Method: CONTINUOIlS FLIGHT AUGER North:
Hammer �rop ({bs � inj: 14tl 130
C N �' t ° X
GROUN� WATER OBSERVAilONS �` ��— E� � o, ,� � n�
w o NQNE a� tn� .-.`a U� c� 7m a�r � � � o
,� � ,�On ftods (ft); H Z'a o� °' �-�� '�� 7� c � � =
a a� 7 C' 1 �o �� arn �� � o .a c� �'
� :c �After �rlllifi�g (ft): I 7 R Y a �p� o� Q o � c �N p�" � '� �m � 3
m �
� '�After„ Haurs (fl): � � v c � �c"n ' z '� c��o `' � � �
� - �� � � � �
�
MATERIAL DESCRIPTION
�� Brown CLAY 24 26 i4 12
'i .0
Tan LIMESTdI�E with c{ay seams and layers
7�75"
5
100�
�„
10� 10.0
T�BT BORIIVG T�.RMINATEb AT 10 FT
15
� � � � � �� � � � � � � � 5458BralshCreekRd B����G N��' �9
� Fort Worth, Tea�as 76119 � Sheet o�
Phone: 817-4�6-5600
Fr�: 817-498-5608 pROJ�CT iVO,: W190839
W a � � � � �' � � �, � �e � � pj � it+wtv.alpha[esling.com
ClEent: L.ennar Homes of Texas - it�in �.ocation:_ Fori Worth, iexas
Project: North oinie SurFace Ele�ation:
5tart paie: 6/6/2019 End Date; 61612p19
West:
Driiiing Nlathad: CQNTINUOUS FLIGWi' AUGER North;
FEammer Drap (Ibs ! in); 140 I 30
a, G�idUND WAT�R OBSERVATIONS , �, �•� y� �.� 4 x
N O Q. o f!J `� O y p� 7 OI ' . �7
w' � �:'On Rods (ft): NONE � �, Q� � fly UL �.°1 'a� c J � c �
Q � �Aftar Drilling (if}: DRY � �a w � ca`i � � m �o ��i ,�. -=
a a� �--- o c � o�'n p '� � w
� �° {JAfter` Hours (ft): � � �� a ° � �, �N C.1" v 'a �� `—' 3
U' tn � �a � U(fj ` z 'c @ -� a � �
� � � � a.
NfATERIAL pESCRIPTIOiV
�Brown CLAY with limesfone fragments �
4 ��
17
4.0
I� Tan CLAY with limestone fragments
5 I� I 2 19 39 20 19 0,4
I �If
I I�
�� �f
I� 1.75 16
II 'I
II �I .
�I� 18
I .
ip I� I �
I II 'I1.0
Tan LIMESTOiVE with clay seams and layers
10p/
15 15.Q �.75„
TEST 80R]iVG TERMfNATED AT 15 FT
5058BrushCreekRd. gORfNG l�lO.; 70
� � � � � ��, �' E � Y I �l � � Fort �ar��, Tex�s 76119 eet o 1
� Phone: 8I7-49b-56Q0
F�: a�a-q96-s6oa PRO.]ECT IV�.; W190839
� H � � � , T � � � � � r � � � ivtiviv.a7phadesting.cam
Cllent: Lennar Homes of 7exas - lrv9n Looation: Fort Worth Texas
Project: North ointe Surface Efe�atian:
Start �ate: 611 3120 9 9 �nd Date: 6l1312019 West:
Drilling Method: CONTWUOUS FL]GHT AUGER North:
Hammer Drop (Ibs I inj: 140134
� d o
GROUNd WATER QSSEftVATIONS � �•� v�� � a, - aXi
m a a' N'C .� a� U°� c'.� �� m 6 � c o
m � �'On Ftads (ft}: NONE I— �'o o'� � �, -o.c �y� �� c � � �, -
� � .After Drilling (ft}: DRl' � �� o� � o � � �d �n �j � •N � �
o� ��_ After—„_, �ours (ft): � m U� � o � P c� ❑" � � m 'v, cn
C7 u] � %C � c n cn Z'� m J Q- o--�f°.
F� � � C � �
�
MATERIAL �ESCRfPTf�N
Brown CLAY with sanci
4.5+ 15
2.�
� I I Tan CLAY
I1� I I 3.25 19 39 18 21 Q�
I�I�� _
i� I� with calcareaus norlules and limestane fragments
I fram4ftio6ft
� I � � 4.25 17
6.0
Tan LIMESTONE with clay seams and layers
� � oar
4.25"
14 10.Q
TES7 BOFtING TERMINATED A710 FT
i5
3058B�tshCreekRtL gORING NO.: %'�
� � � � � �� � �i � � � � � Forr Ww•th, Texas 7F1I9 S 2et o
in Phane: 817-49d-5600
Fax: 817-Q96-5608 pRO.1�Ci F�O.; W194839
tiR! F'� € R� I 1' 14 ��. �� Q 1 F1 S w�v3u.alplratesting.eam
Ciient: Lennar Homes of Texas - Irvin l.ocation: �ort Worth Texas
ProJect: Notthpointe SurFace Elevation:
Start Date: 6/7/2019 End Date: 6/7/2019 West:
Dri�ling Me#hod: CO{VTfiVU0U5 FLIGMT AUG�R North:
Hammer Drop (fbs ! in): 144130
GRaUND WATER OBSERVATIONS a � y n' �
� � a o, - , •- a�
°��' U �'_On Rods {ft): �ONE � °ti�,a o y a � U'"3'�-- _�� �� c � � � '
a � �After brilling {it}: DRY a oC7 � o o � � � �o �,a � � " � a
p �' '_lAfter_ Hours (ft): � �s� �j� � � c � `"' �w � '� m � cn
� �� X c � �� o•� :J d m
� 0�. d j Z � � �-
MA7�RIAL DESCRIPTIQN �
Brown CLAY
3,75 20 55 22 3r O,p
2.4
Tan LIMESTONE with c�ay seams and layers 441
12"
5
12�
12�
1� � ,
� � 15.0
�2r
T'EST BORING TERMINATED AT 15 F7
505$Bf•ushCreekRd ������ ��.: '7�
A � � � � � � � � i �} � � Fart Worth, Texas 76119 hQ�� � �
� �G 11 Phar�e:817-44G-Sb00
�a�: s��-�96-sbos �ROJ�CY F�O.: W� 90839
w � � � � � ? � � � � � � ` � � iv�vtiv.alphaiesting.com
Client: Lannar Homes of Texas - Irvin l,ocation: Forl Worth, Texas
Project: Nofth ointe Surtace Elevation:
Start Date: 6127�2419 �Cnd Rate: 6/2712019 Wesk:
Orilling Method: CON7WUQU5 F�IGH7 AUG�R North:
Hammer tirop (ibs 1 inj: 140134
� d �
GROUND WA7ER OBSERVA7iONS m �� ��� � Q, � . ax+
� a o in om �� • � • � � p
m a >. � y U�. 5._ w y E c o
�as � ;,'On RodS (ft): NON� I-- �❑ p� Y m 'OL N� �� c J � �, —
� ��tJ �o oE �rn �Q Za � v . � m
w L �After �riNing (ft): �RY c.� 5 �, . g
o � `�After� Hours (fl}: � �� c�� °' � �ci� aw ❑'-' � �- '° v+ cn
p . 1 0. [0
c7 cn � a a°1. ? z a � a
MAT�RIAL Q�SCRIPTION
Brown GLAY with limestane fragments
4,5+ 16 50 20 30
, 2.0
Tan LIMESTONE with clay seams and layers
1901
5
6.a
Tan CLAY
4.5+ 17
4.5+ 20
10 10.Q
iEST BORING 7ERMlNATED A7 'I b FT
15
� � � � � �� " � � � � � � SD58Bt•irshCreekRd. BORING NO.: S.n�et3o 1
� ,� Fort f�orrh, Tesas 76119
f�hane: 817-496-5d00
Faar; 817-49b-5608 pROJECT NO.: W190839
� b C� C 1 s W��, ��� ��� tvlvtiv.alphnres�ing.com�
Client; Lennar Homes of Texas - irr�i� . Location: Fort Wotth Texas
Project: Narth oinie SurFace �[enation:
Start date: �n�2d�9 Ertd �ate: 6R12019
West:
�rilling Method: CQNTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs ! in}: 140130
m GROIJND WATER 08SERVATIONS q� a.� . N� �� a� x
a a uJ� � a r��n �� rn r m
.� � �:70n Rods (ft): NOIVE � Z, o y �� Uti, c.?� 'm � � E � o
U �
� � �'Affer �rilUng (ftj; DRY � oCJ = o o E � rn m� �� o a � �' �
� m - � n o c U �
q � =/After� Hours (ft): W a"i ci`" �� o� a� �v � v m �w ui
�, � � � C � �, z � � � � �
d a � � � a
MATERIAL D�SCRIPTION
Brown CLAY with limestone fragmenfs
4.5+ 1$ 72 23 49
2.0
ian LIMESTONE with clay seams and layers g
92� 16
� 12�
1001 �
1 a 3 25��
'i 001
16 15.0 2.5��
iES7 B�RING TERMINATED AT 15 FT
SOSBBrusACreekRd. �ORIN� ND.: 74
A � � � � �� � �i„� � � � � � Fort i'TTarth, Textrs 76119 get 1 0
� �`6 Phone:817-496-5600
Fpx: 817-096-5608 pROJECT fVO.: W190839
� b � � � I T & l, � � � �i I P+a 5 �viv.ulphetesling.cont
Client: Lennar Fiomes of 7exas - Irvin Lacation: Fort Worth, Texas
Project: Nort� ointe Surface £le�atian:
Start �ate: 6/27/2019 �nd �ate: 512 712 0 1 9 West:
Drilling Method: CON7INUDLIS FLIGH7 AUG�R Norfh:
Hammer �rop (Ihs! in]: 1�F6! 30
� � Q � x
GROUND WA7ER �BSERVATIONS m o '�•— w, �� °' '� - m
rn o. a ' tr)� d m rn� •� c � '� � a
a��i � On Rods (ft): NON� H'�'o Q�' � a��r �� 'N`n �� c � � =
� Y
Q � �AftEr Drilling (R): DRY a }� � � d � c � �o p � �j � � 'ci �
o � 3After� Hours (ft); ro�a c�� °-' � U� 0. o � � � 0. � cn
t� - rn � a 0.? z � � a
MATERIAL DESCRlPT14N
bark Brown CLRY with limestone fragments '
4.5+ 19 59 21 38 fl.0
2.0
Tan L13tiAE5TANE with clay seams and layers
92�
� 5.0
1'an and Gray SHALY CLAY 14
4.5+� 21
4.5+ 'i 9
10 10.0
T�BT 60R1iVG 7ERMINATED A710 FT
15
� � � � � �� � � � � � � � sr�ssarush c'r�eekxac BORING hlO.' %rj'
� Fora Worrh, resas 76r1s '
Phone: 817-496-SbDO heet 1 0
Fax: 817-996-5608 P�tO.I�CT NO.: IN194839
� I}� � Fi�i � I � � �„ L � � �+r I Ir1 .� tiV3viV.alpltafesiing.con�
Client: _ Lennar Homes of Texas - Irvina, Laaation. Fort WortF�, Texas
Project: North ointe 5urtace Elevation;
Stark Dake: 6/7/2019 �nd Data: 617/2019
West:
Drilling �1AeEf�od: GONTINUQUS FLIGHT AUG�R Narth:
Hammer Drop �lbs ! in): i40/30
a, GROUND WATER 4BSERVATIOiVS � -o � ��� �,� � X
N O �. o (I) � � P N D7 � � "' ... Ul
a' u -� an Rods (ft): NQNE ��. �,a o N �� U� c•°' 'm � �� �� � 9
a Q E''After b[ill'[�g (ft): ��Y a od �� o� c�' �o Z'o. ° :a v �' a�
p �° �Afler Hours (ft): � �� �o.a a o � � a� �•- ca o, � '� v�i
Ur ' Cn � (_) c c cd.t fn � a •c W � a, ro
� �a 0. � z = � �
MA7ERlAL DESCRIPiION
IBrown CLAY with limestone fragments
� I+ , 9.73 23 4$ 20 Z$ 0,0
�� I�
���I
�� ��
I �I 21
4,0
Tan LIh/��570NE with clay seatns and layers �91
5
12"
�na
�o z.z5„
�2.0
Gray SHALE with limestone seams
1001
15 15,Q �,5��
TEST BOF2ING TERMINAT�p A715 FT
5058 Brush Creek Rd. �ORIN� NO.: 76
� � � � � ��,� � � � �' � � Fort Wor1h, Tesus 76119 - 5hee o 1
�/� Phone: 817-496-5600
�� F�: a1�-496-saoa PROJ�C� f�0.: W'190$39
� w � � � � � � L � � � � � � n� iv�viv.alphatesting.com
Client: Lennar Hames of Texas - Irvin Lpeation: F'oft Worth, Texas
Project: North ointe Surtace Elevat9an:
Start Date: 612il2019 End Date: 6I2712019 West:
Drilling Method: COEVTINUaUS FLIGHT AUG�R North:
Hammer �rop (Ibs 1 in): 140130
� � GROUND WATER OBS�RVATIONS a o �•� � o� �� o, � � a
ar o �. �.� n� U� c°� 'a� w �E E S a
� � ,�On Rods (ft): NON� I— �`0 o " °'"' �a� =
`-' DRY °1 �Q� mo �� °frn m� �� a a e�i � �
� r �AHer []rilling (ft); a �� o� a o ,,�--. � �-N p a U �� �u � $
o � `,After_ Hours (ft): � � v � �c'�n ' � _ � � � .`° �
� a
c� � � 0. a � z� � a
�
i�IATERIAt oESCRIPTiON
�erouvn CLAY with limestone fragments
I 15 45 21 24
1.0
Tan LI{NESTONE with cfay seams and layers
60�!
5
1 �0!
10 'f 0.0
TEST BORIEVG TEF2MINATEa AT 1fl F7 •
15
5038BrushCreekRd gORIiVG IVO,: 77
� � � � � � � �i � � � � � Fort Worth, Tex�rs 7d1 /9 eet 1 0 1
r Phone: 817-996-5600
Fax; 817-496-5608 pRo.1�CT NO.: W190839
"�V Fi � R� I T!� �. L���a I fr1 � wivtv.alphatesling.com
Client: Len�ar Homes of Texas - Irvin Lacatian: Fort Worfh� 7exas
Praject; North ointe Surfiace �levation:
Start Date: 616120'f9 End Date: 8/6/2019
1Nest:
Drilling Method: GONi�NU0U5 FLIGHT AUGER I�orth:
Hammer Drap (Ibs 1 inj: 140130
� GROUND WA7ER OBSERVATIONS � -o C N� �� � x
� rn $ � a N o, �.o, w: �. . m
� � _tiOn Rads (ft): IVOf�E T' � �, c�V c� a� �, � � � a
c�1 I^ �'� o� y"' 'mU� �?� � J � —
� a �AfterDrilling (ft): DRY 4 >� o� o p � � �o �,� � � � •U �
� �° �After_ Haurs (ft): E � v-- a.. C m ,N ❑" � � •y �3
� �j 4 � c �fq ° ° �� � -� a m
�0. Q � Z � �� fL
MAT�RIAI. b�SCRIPTION
� I Brawn CLAY with limestane fragments
I�� �r aa zo 20
�Ilf
I �.a
Tan LIMESTONE with c[ay seams and layers 771
8.5" 'i 0
100/
5 2.25"
9001
9 0 , 0.75��
1'1.4
Gray LIM�STON� with sha�e seams �
10D1
15 15.0
TEST BORING T�.F2MWATED AT 15 FT
5038BriishCreekRd. gORING NO.: 78
� � � � � �� �' � � � � � � F"art Worth, Texas 761I4 h0et 1 0
� Phot�e: 817-496-56D0
Fux: 817-496-5608 pROJ�Ci WO.: W190839
VIC l� � F6 E� I� A L L ���i l i� 5 �ytiv.alphatestrng.com
Client; Lennar Homes of Texas - irvin l,acation: Forl Worth, Texas _
Project: North ointe SurFace �levatlon:
Start aate: 611 212 0 1 9 End Date; 6I1212018 UIlest:
Drilling Method: CON7INUQUS FLICHT AUGER I�orth:
Hammer Drop (ibs ! in):
c r.�n a �' q x
� GROUND WATER OBSERVA710N5 Q a �'- o� �� o� � • ' a o
a`ti U`�-'"... c a' 01 y � � � o
a��i � �'On Rods ft : $ � � `o � m-- 'u,� �� c � � .^
�� 7 i� O V� �� LyO f.1 U �'
� r 'After brilling (�t): � a. �� a.% � o ��—. � o-t�.i p�� V � c"'v �m u]
o� �After_ Hours (ft): � � X � � �cn '`� 'c � -a a„ 0.
C7 m m c �
�d 0. � �
MATERIAL RESCRIPTION �
Brown CLAY ' �
4 2a
4.5+ 98
4.0
I�Tan CLAY with limestnne fragments and calcareous
I 4 nodules
5 I I j I I 2.5 17 38 18 20 0.4
1II�1
Il�il
11I�I 1.5 19
I���� �
����I
I� I I� 3.5 8.9 121 16
10
�I �� 1D,0
TEST BORWG TERNfINATE� A714 FT
15
� � � � � �� � � � � � � � 505813rush Cr•eekRd. gpRING NO.• 7�
� Fort Wor1h, Texas 76119 '
Phane; 817-496-5600 eet o
� Fi�: 817-496-5808 P�p,��Ci hd0.: W190839
1►II' +� € !� � (1' � �. � � � (� J p� $ �vtinv.alphatesting.cam
Cfient: Lennar Nomes of Texas - Irvinq Loca#ion: Fart Worth, Texas
Project: North�ointe SurFace �le�atian;
Start Date: 6/13/2019 �nd Date: 617 312 0 1 9 Wesk:
drilling AAethod: CONTINUQUS FLIGHT AUGER North:
Hammer Dro� {f6s ! 1nj: 740130
� e GRdUN� WAiER OBSERVATfONS � -a � ��� v L � , x
� U � :�On Rods (ft): NONE � �, `n� m c i� r'.� 'm �, 'E � c o
`o� �«. �c�i
a a �After Drilling (ft): DRY a o� � Q U� �� �o o � � �+ =
o � �Afier_ Hours (ft}: m w� �� n. o C� ac� � a v �. ro •� �
i � � � � C UU} � z C � J � �
MATERIAL dESCRIPTION a a � � � �
Brown CLAY wlth limestone iragments '
9 5� 20 39
2.0
7an LIMESTONE with clay seams and layers
5 12`
10p/
10 1.25"
12.0
Gray LIi41ESTONE with sf�ale seams
�aoi
15 15.0 �.75"
TEST BORWG 7'�RAAINATED AT 15 FT
5058Bi•ush�'reekRd. BD�r�� �I�.' 8d
� � � � � �� � � � � � � � Forl Wardh, Texas 7G119 ee1 0
� Phone: 817-496-56QD
Fax: 817-996-5608 pROJLC� F�O,: W190839
I�IQ I� � R E 1 T W b��� G I EI S i�u}v.alphalesting.com
Client: �ennar Fiomes of Texas - Irvin Location: Fort Worfh, Texas
Project: Narlh oinie Surtace Elevation:
Skalt Date: 6113/2019 End Da#e: 611 3120 4 9 West:
Drill9ng Mekhod: CON7INUOUS FLIGHT AUG�R North:
Hammer Drop (Ibs I in): 140130
� � �
GROUND WAT�R OBSERVATIONS � , b•� w. �� ��, �.; . '�
N O IVOIV� T a fA� N U� �.� 43 Y � � C a
� � ._u'On Rods (fl): •,�cn � „
� ~ a�iA � 3 x w v.c �� K :�
s :c IAfter Drilling (ft): DRY Q�o� c� o Q c�r ao Z'a. U � �in `� 3
�y O a L � Qy N �`� O' s6 in fA
p � '�After,� Hours (ft): � � � c � �in ' o � " � a �
�� a � � � � a
�
MATERIAL DE5CRIPTION
Brown CLAY with lirrtestane fragments '
16
2.4
Tan LIMESTONE with clay seams and layers
8.25"
5
104!
4.25"
10 10.0
TEST BORING TERMiNATED AT 10 FT
Z9
� � � � � �� � � � � � � � . 5058BrarshCreeklyd. gQ��NG �.�.: 8,�
� Fort Worth, Texas 76119 Sheet a 1
Phone: 817-49(-,5600
Frrx: 817-496-5608 pROJ�CY NO.: W190839
11i� H��� I T 11 G�, �� G I Ed � �wwtiv.alphalesling.cnm
Client: L.ennar Homas af Texas - Irvin Location:. Fort Warth.'iexas
Project: Northpointe Surface Ele�ation: .Y..
Start Date: 6/5/2099 E�d Date: fi1512019
Wesk:
Drilling Method: CpNTlNU0U5 F�.IGMT AUG�R North:
Ffammer Drop (Ibs 1 inj; 1A0130
GROUND WA1"ER OBSERVATIONS �, a -a C �� �� � x
NONE a o u� ,�, o� m� .m � -" � -a
w � �On Rods (ft): � �, a� � m Uv �.°1 w m E � e o
�a :� �After Drflfing (ftj: DRY � 7a w � cYi � a�iw No '� c�i � � J =
a a n �. c Q o Q c� � o �' a � j 'a � .�' m
o �° iAfter_ Haurs (ff): E�, �.. a,� C�, aN a`� '� �� 3
N C!)
� fI� �'' C C U Uj �� C � J d �
�0. a � Z � � 0.
MAT�RIAL pE5CR1PTION
Brown CLAY
4 1 t3 52 18 34
2.Q
Tan LIivIESTONE with clay seams and layers 12�
�9
1001
5 5,25„
1001
� � 2.25��
'i 3.0
Gray LIMESTONE wiih shafe seams
1001
15 15.� 1.25��
TEST BORING T�R�411NATEQ AT 15 FT
5058 Brush CreekRd. �ORING NQ.' $2
� � � � � �� � � � � � � � Fort Wnrth, Texas 76119 ee1 0
� P,hane: 817'-496-5600
Fr�: 817-496-5608 p�O�I�CT f�0.: W� 90$39
W H� Fi F6' I T FO L L �� C� I� S. wtiv�v.alphatestirsg:com
Client: Lennar Homes of Texas - Irvin Location: Fort Worth 7exas
prn�eci;_ �Eorthpoin#e Surtace �fevation:
Start pate• 6127I2019 End Date: 6/27/2019 West:
Drilling Method: CONTINUOUS FL.IGHT AUG�R North:
Hammer Drop (Il�s ! in): 140134
C � d' " � X
GROUND WATER OBSERVATIONS o-� a ��- � E� 7�, - .,, :C w
a fIi � w 0 N Ol � C ' 'a
d J 7' �� U] C.i L �•- � 41 � �.
� G o
�[On Rads {�t); NONE F- Za �`� °'"' �OL N(f� �� c -, �
o m� w� �� w•. No o -o � �` m
� a ZAfter �rilling (ft); DRY ¢ �� o� �o o,� c�N �,�', �' v o� m 'm r�n
� � �After^ Hours (ft): � � � � c 3� ' o �c � � n. �
�a a � z � � a
�
MATERIAL D�BCRIPTIbt�
� Brown CLAY
�,�k 2�
4.5+ 1.4 103 21 60 23 37 ❑.fl
5 a.5+ 20
6.Q
Tan CLAY
3.75 1.Q 1D6 17
3,75 16
10 1fl.0
T�ST BORING TERMINA7ED AT 10 FT
15
� � � � � �� � � � � � � � 5(138BrusAG•eekRd: BORING IdO.: ��
� Ford RTi�rth, 7'esa,s 96119
Phone:817-996-5b011 Sheet o 1
F'ax: &17-496-5608 P�DJ�CT id0,: W190839
�Ilp �� p � � f p�� � g G ��,�y wi�tiv.alphatesring.eom
Client:_ Lennar Homes of Texas - Irvin,q , Location: Fort Worth Texas
Project: Northpointe_ 5urface �levation:
Start Dake: 6I6/20i9 �nd Date: 6/6/2019
West:
flriffing iVlethod: CONTINlf0U5 FLIGHT AUG�R North:
Hammer arop (Ibs 1 inj: 140130
o, GROUND WATE� QBSE'RVATfONS �, -�._ � � �, ;� � x
aai � NQNE �- o ra � o� m� o� c :" a
� u .� Qn ROd5 (ft): ��,� a� � a; U c,a m y �� E � a�
a a �"After Dfllli�kg (ft): DF2Y g oC7 �� o� �� �oQ �,� o a c� �' y
o � �%Aftar� Hours (ft): � �� �.n � o �. � �N Q.J c� '� .`� � cn
� � � C C Ufn � � C � � d �
�� � = z �, � a
MA7�RIAL dESGRf P710N
Brown CLAY with fimestone fragments
22
1.0
Tan LIM�S7UN� with clay seams and layers 1001
2.25" �
100f
� 7.75"
8,0
Gray LfM�STONE with shale seams
�0 1001 �
0.75��
10d1
1 g � �.0 1.25"
TEST BQRiNG TERMINAT�D AT 15 FT
Sa58BrushCreekRd gQRtFlC iV�.: 84
� � � � � �� � � � � � � � Fnrt Wor1h, Texas 76119 eet o
� /'hane: 817-496-S6pD
Fax: 8IJ-49b-5608 ��Q„J�,C� �0.; W190839
IM ���� I 1' 1$ !.. ��� G I W 5 }vwti�.alphatestirtg.eom
Client: Lennar Homes of Texas - Irvinq Location: Fort Worih Texas
Project: Narth ainta SurFace Ele�atfon:
Start �ate: &1612Q19 �nd �ate: 616l2099 West:
Drilling Methad: CON7INUOUS FLIGI-l7 AUGER North:
Hammer Drop (Ibs! in): 1a0130
GROUND WA1'ER Q85ERVATIONS � o �� v E� �� � m
w o NON� T a u3� `m U,� �.� "a�'i � �� � c a
,N � _`OM ROdS (ft): I— �p `a� Y � -o� 'N� �� � � � � _
`—' DRY Q�C7 � o a E c i� roo �r>. tj � ��n 3
� r _�After Drilling (ft): �° � �'
N � � O� a � C �N ��
� °TAfter� Hours (ft); � � v c a c c�iin ' � '� °; � `—° � sn
c� - �n � � � � z � � 0. a
�
MAT�RIAL �ESCRIPTION
B;rown CLAY with limestone fragments 35
1.0
Tan LIM�.STONE with clay seams and layers �2! �
10�1
a.�s��
5
100!
1.25"
10 'i 0.0
T�ST B�RING T�RMINATED A710 FT
i5
� � � � � �� � � � � � � � 5058BrushCreekRd. gpR[NG NO.: $5
� Fart Warth, Texas 7b119 : heet a 1
Fhone: 817-496-5GOa
Fa,x: 817-446-56R8 �ROJECT N�.: W194839
jll� a � q � � T � � �, 8 � � � � ,� iv7vy�.alphaleslrng.com
Cli�nt: Lennar Nomes oi Texas - Itvin Lacation: Forf Worth T�xas
Project: Norih oinie
Start Date: 51fi12p19 S��ace �[e�atian:
End Date: 6»12�19 West:
�r�lling Method: CdNTIN110U5 FLIGHT P,UGER Narth:
Hamrr�er �rap (Ihs! inj: 940130
a, GROUN� WATER 085ERVATIpNS w v.� N� y� � x
»�°1-. � 1IOn Rods {ft}: NONE a � c�n� `' �-�"�-' �n@ •�' m �c � c �
c� - � Z'd o rn qy m U.� c� m E „ o
� Q �Afte� D�Illirlg (ft); bRY Q oC3r � o � E �� m� �� o � � �` �
p `� ZAfter� Hnurs (ft): ��� °� a Q � m ac� p-- U -� '� � 3
� u) � U � c c�iu] � � 'c °� -� [L ro tn
� v ct� � � � � Q
MATERIAL �ESCRIPTION
�- d � �
� I Brawn GLAYwith limestonefragments
JII�I 3.5 18 34 16 18 0.0
!I +I2,Q
Tan LIMESTONE wiih clay seams and fayers
12� 7
1�0/
5
9.0
Gray LiMESTONE wiih shale seams 10fl/
10 . DJ5��
1041
15 15.0 0.7&��
TEST BORfNG TERMI�}A7ED AT 15 FT
5058BrushGreakRd. gORI1VG N�.: 86
A � � � � �� � � � � � � � Forr Worth, TeYas 7$119 heet o
� Phone: 817-49G-S,600
Fcr�c: 817-996-5b08 �ROJ�CT NO.: W� ��8�9
111 iv � R� 1 T � L � �� G �!� � ��vtiv.alphatestr�g.can� .
Client: Lennar Homes of Texas - Iruing l,ocatiOn: Fort Worth ieXaS
Prnject: Northpointe Surface Elevation:
StarEDate: 6l10I2019 �ndDate: ��'�Q12a19 West:
Drilling Method: CON'T'1NUOU5 FLIGHT AUC�.R North:
Hammer Drop (Ihs 1 in): '14013fl
� d o
GROUND WAT�R OBSERVATI�NS � � � � E� � � - :C a'Ei
,� � yOn Rods (ft); NON� � z,o o� �, a� ci� .�� �� � � � = a
w :� �,�fter Drllling {fl): DRY Q�� c� Q a °�' � 0.o Z'n, �j � �in �—' 3
m � _ � ,� at N A v `' .
0
� 7After^, Hours (ftj: � u� c�"' a� o,� p � o� m � u�
C7 rq � x � c �ua Z'c m -a °. a
ra a � � �
�
MATERIAL DESCRIPTION
Brown CLAY with limestone fragments and sand
seams
4.5+ 16
2.0
I Tan CLAY wifh calc�reous deposits
��II, 4.5f 17
II��
,I �I
5 `I � I 4.5+ 14 43 20 23 0,1
�� I
��i�l
I'�I 11
I1S.o
Tan LIMESTON� with clay seams and layers
82J
8.7�"
10 10.0
TES7 BORING TERMINA7Ed AT 10 FT
15
5058SrushCreekRd gORIIVG NO.� 87
� � � � � �� � � � � � � � Fprt Warth, Texas 761I9 �et o 1
Phane: 817-496-56i10
Fccr: 817-q96-560& pROJECT NO.: W190839
�M !� � #4 E ! T � �,. �, � � �i I N & wwtiv.alphatesrrng.com
Client: Lennar Homes of Texas - Irvin Locatian: Fort Worth, Texas
Praject: North ointe SurFace Elevation:
Start Date_ 6/5120t9 E�d �ate: 615l2099
West:
Dr111ing Method: CONTINUOUS FLIGHT AUGER North:
Hammer Qrop (f6s ! fn): 140 I 3Q
� GRdUND WA7�R OBSERVATIQNS � �.� N�� �, r � x
a�i � NONE a o u)� " o� �� .� � • ' v
� � ]/ On ROds (ft). � Z,� o ;� ��s U�. ,� � �� c E � � o
r L ,After Drilling (ftj: bRY a n� � � a � _�' �o Z`a � � " �' �
� � .
p � �After Haurs (ft): � n� �j� a� o� 0. 0 �V � � m 'n cn
cn � � a a? c� �� � � p. a
MATERIAL p�SCRIPTION
6rown CLAY wi#h limestane fragments i
19 A3 20 23
1.fl
Tan LlhlESTONE with clay seams and layers 1���
z.���
1D01
� 6.75"
, ti
1
�
` ��
'1001
10 2.75"
13,0
Gray LIM�STON� with shale seams
1001
.15 1�.� 1.75"
TEST BQRIIVG T�RMIIVfiTED AT 15 FT
50586rushCreekRd B�����. ��.` 88
� � � � � �� � � � � � � � Far1 WvrtF�, Texas 76119 eek o 1
� Phone: B17-996-56RD
Fax: 817-996-SG08 �RpJ�CT NO.: W190839
� � � � � { .� � � � � � � I � � tiutiu�v.alphatesting.com
Client: Lennar Fiomes of Texas - Irving Location: Fort Worth 7exas
Project: Norlhpointe _ Surface Elevation;
Star# �ate:
6127'12019 �nd Dake: 6�271���l9 Vtlest:
�riiling Method: CON7INUOUS FLIGHT AUGER North.
Hammer ilrop {Ihs 1 in):
GROUND WATER OB$ERVATIONS � d �` �� o� �} o, � . -- �
�� � NONE � o w� m c]�. c_°' '� a� � � c a
u lOn Rods (ft): I— �q a� Y� .�� '�u� 2� � � � _.
._ � �After prilfing (ft); DRY � n� p� � Q c G aN �g �j � •y � �
aai �' � After FEaurs /ft: � c�" �' `' � f° m �
� � _ \ � � G C UUI � O 'C � J Q.
❑ �9 (n � �C a a � z � � (y
�
MATERIAL DESCRIPTION
erown CLAY �
4.5+ 23
2.0
Tan and Gray CLAY
- with 19mestone fragments fram 2 ft to 4 ft
4 16
5 3.5 19
3.5 22 fi0 20 4� 0.3
4.25 1.8 100 25
i 0 10.0
T�ST SORING TERIUiWA�E� AT 10 FT
15
� � � � � �� ` � � � I � � 5058Be•arshCreekRd. B���N� �O.' 89
� 7f Fort A�orth, Tr�as 761I9 •
�� Phone: 8J7-496-5600 5 ee# 0 1
Fax: 817-44b-36D8 PROJI�CT iVO.: W190839
� � � �q � � y � �, � � � � � �y � tvtvzv.alpha[esting.cam
Client: l.ennar Homes af Texas - Iruin L.ocation:.__ Fort Worth, l"exas
Project: Northpointe Surtace Elevation: �
Start Date: 6f712019 E,nd Date: 6f712019
West:
Dri!ling Method: CQNTWUOUS FLIGHT AUGER North:
Hammer Drop (lbs 1 in}: 14a 130
� o GROUN� WAT�R OBSERVATIONS a o v�-'.� y E �, ,� � x
�
� � `r'On Rods ($}; NONE � z,Q a N � � U�. .�� � � '� � c o
Q � �P,fter �rlflillg (ft): DRY � oC7 � o o E �� �o �,� o � � � a
a � '-/Afier� Hours (fi): E �� �j`� a o ,,., � a,N �.... U •� '� '� �
� N �' C G UU} 4 � �c � J � � �
. �� a j � � � Q.
MATERIAL DESCRIPTi�N
Brown CL.AY with limestone fragments 12I
13
4,0
�an LIMESTdNE wiih clay seams and layers 10Q!
5 z.75"
8.0
Gray SHALE with limestone seams
12,01
'� Q �
900/
�E 5 15, 0 a.75„
T�ST BORING T�RlU11NATE� A'T 15 F7
5058BrushCreekRd. gp�IN� �p,: 9�
� � � � � �� � � � � � � � Fort Wardr, Texas 76119 � eet o 1
� Phvne; &17-496-5d00
Firx: 817-496-56D8 pROJ�Ci MO.; W190839
E'J H��� I T 14 �!. �� L� 1 F1 � tiv��v.alphatestrng.com
�.ennar Homes of Texas - I nrin Location� Fort Worth Texas
Cli�nt: Surface Ele�ation:
Praject: Narth ointe
StarE �ate: 6/7/2019 End �ate: 617l2fl19 West:
Drilling Method: COiVTINU0U5 FLIGHT AUGER Norkh:
Hammer Drop {Il�s 1 in): �4013�
� GROlJP1D WATER OBSERVATIONS � o �� � o N m� � c ;� .� C �
a� � ,�'�n Rads (ft): NON� H �o � � � a �t N� �� c :� � — � _
w � �RY ?� �fi � a a E � rn �� Z'a. �j � '� � 3
-_ ;c �.After �rilling (ft); a � o� d � c ��, ��. .�,
o, a
n � `►After Hnurs (ft): � � t� � °, � S� o z •� � :�' � a m
� t �a a � � �
MATEFt1AL C7�SCRIPTION
Tan LIMESTdNE with clay seams anc� layers 1$
12�
�
12�
5
D 26' ,
� q 10.0
TEST BORING 7ERM1NA7ED AT 10 F7
15
� � � � � �� � � � j � � � s�s88rrtshCreekxd. BpRING NO,: ���
� F'art Worth, Texas 76119
Phone: 817 49B-.Sb00 eef a 1
Fax: 817-496-5608 pROJECT f�0.: W4 90839
U�J W�� E � T � �, ���(� I�� zviviv.alphatestrng.com
Client: Lennar Homes of Texas - Irvin Locat7on: F'ort Worth Texas
Project: North ointe SurFace Ele�at�on:
Start date: fi1712019 End Date: 6I7/2019
west:
I]ril[ing Method: CONTINUOLIS FLIGH7 AUGER North:
Hammer Drop (ibs 1 inj: 1ap /3d
�, GROUND WAT�R OBSERVATfONS � -o.� y� � L � , x
a�i � � � a o tn,� � �� rny � � '� '� c �
� u _ f On Rads (ft): NONE F�, o� ��, c�.� c.W ar o0
� Q �After Drilfing {ft): DRY ?� � � m. � v £ a � � 4 � c�i q � � �, =
Q `� �After^ Naurs (ft): E�a �-� a� ��`, a� o� v ��. � " 3
� Uj [Y c c e�� v] �� c °..3 � a � �
. �� d C z �
a 0. � � � d
MA7ERIAL DE$CF2IPTION
Tan GRAVE�LY CLAY
i2� �
3,4
Tan LIMESTON� with clay seams and layers
� 10�0/
1001
10 . 0.75,�
9 3.0
Gray SHALE wiih lirnestone seams
100/
1� ��.0 3.25„
7EST BORWG TERMINATEb AT 15 FT
5058Brx+shCreekRd. BQ���(�+ �0.' 92
� � � � � � � � � � � � � Fort Worth, 7'exas 7G119 � S eet 1 0 1
� Phone: 817-496-56D0
Frrx: 817-496-5608 ��Q,J�C'r j��,: W190839
� � � � � � ,� � � � � � � � � S wtinv.alphatesting.cone
��1en�; Lennar Homes of Texas - Irvin Location: Fart Worth Texas
Prnject: North ointe Surface �levation:
Start�ate: 611212fl19 EndDate: 6!'{2l2019 West:
Drilling Method: CbNTINUDUS FLIGhIT AUGER North:
Hammer �rop (Ibs ! in): 140130
GftOUND WA��R OBSERVATIOI�lS T � �� � U� � � � � .� •� � `
,,.�'m, � ,��n Rods (ft): N01�lE � ao o� ;� a� �� ��� �.�i � J o �• o�
s = �After Drilling (ft}: DRY Q a� c� o� c� �o �`n. �j � :� 0 3
oa aQ 0. �-
a � �After Haurs (ft): � m U� v C m o a �?v cu � 0. �� u)
w
� � . � � �� a �� Z � � a
MATERIAL D�SCRIPTION �
I�Brawn CLAY with sand , I .� g I
I 1,0
Tan LIMESTON� with clay seams and layers
, `
1001
0.75„
5
� oai
0.75"
.� � 10.4
TEST BORING TERMlNATED A7 14 FT
1b
� L � � � �� � � � � � � � . 5058Br:cshCreekRd. 8�����y N0." �� ,
� Fort �'orth, Texas 76119 '
Pho�e: 817-496-56p� eet o i
Fc�: 817-496-5G08 pROJ�CT NO.: W190839
{�i a�: f� � I�' p L!. �� G i Fi1$ �s�wiv.alphatesling.com
Client: Lennar Homes of 7exas - irvin Location: Fort Worth Taxas
Pro]ect� NQrth ninte Surfiace Ele�ation:
Start Date: 6/12/2019 �nd Qate: 8/12/2019
w�t:
arilling Method: CONTINU�US FLfGHT AUGER North:
Hammer Drop (Ibs 1 in}: 140130
o, GROUND WATER dBS�RW?,TiONS �, �,� �� �, L � x
`�' U �„=0n Racts (ft); NON� �T �, `n� u`� U°U' c � 'm �, �� � c o
a ¢ �Aftel' Qrll�i�lg (ft}: DRY Q. o�' _—�°� '-o' E c� � o Z`n � J � �' n�
� � �,�JAf�er_ Holirs (ft): E �� a� d o �� aN �•..• U � "N ta �
� fA � � � c cpi(I7 ' � 'c 4' J a � (Ia
�� a � z � � �.
MAT�RIAL DESCRIP7'ION
j Brown CLAY witt� sand
I�( I 4.�'� 15 38 17 21 0.0
II I
2.0
Tan LIMESTONE with c�ay searrrs and layers
14D/
5 4.5��
' 10Q/
10 1.75"
14.0
Gray L.iMESTONE with shale seams
10�1
15 15.0 O.iS��
TEST BORING TERMINATEQ AT 15 FT
5058�rushCreekRd. gp���� �O.• 9�
� � � � � �� � � � � � � � Far� Warth, Tezas 76119 eet 0 1
� Phane: 817-49b-5600
Fpx; 817-496-56D8 p�OJ�C'� �10.: W190839
{C�' H� Fi � I i R 1! �� li 1 N� unuw.alphaiesting.com
Client: Lennar Homes of Texas - Irvin Location: Fort Warlh 7exas
Project: Narth oinke Surtace �levation:
Start Date: 611 212 0 1 9 End pate: 6192I2fl19 West;
�rilling Method: CONTINLIOUS F�.IGHT AUG�R North:
Hammer Drap (fbs 19n): 14D ! 30
C � � a aS
GR�UN� WATER OBS�RVATIONS m � �'- -"'N- a � rn� .�-� ;'= '- ,a ,
.,,., m �. o cA � U� c�01 � m E � � o
,a � '� On Rods (ft): NONE � �.o o � �,:? •�,u� :_, � �
� DRY °—' �C! � o � E c rn mQ �a p -a � � °'
r t TARer driNing (ft). Q�� oA ao o,� c aN 0 V 3 iA 3
Q Q
m � �AHer HOUrs (ft); �� U a� O� o o " � J a � cn
❑ — cn � �G� a �� z � � , n.
�
MATEF2fAt dESCRIF'710N
; I� Brawn CLAY with limestone fragments
�� I I 4.5+ 13 36 19 17
I� �� 2.0
Tan CLAY
4,5+ 14
4.0
Tan LIMESTQiVE witF� clay seams and layers 10Q!
7.25„
5
' �oor
1"
10 10.0
TEST BORING TERMINATED AT '[0 FT
15
� � � � � �� � � � � � � � 5058BrushCreekRd. �QRrNG NO.: �rj
� Fort Yl�orth, Texas.7b119
Phone: 817-99b-5600 e2t o 9
Fax: 817-q96-5608 pROJECT :MO.: W� 90839
y�+ b E� � � � �' (p �, �, � � � I �j � iv�v�u.nlphalesting.conr
Cfient: Lennar Homes of 7exas - l�vinq , Location: Farf Worth T�xas
Prajeck: North ointe Surface �le�ation:
Start qate: 6/5/2019 End �ate: 6I5l2019
West:
Drilling Method: CONTI�VUOUS Fl.lGHT AUGER North:
Hammer Drop (fbs ! in): 14a 134
a, �ROUND WA7ER OBSERVA710f�iS � -o � N� � t a x
a o � � rn a�
.� � jl0n Rads (ft}: NONE ��, o� �� c°�v c.� 'm � "E E � a
U
� Q ]'After �rilling (ft): �RY a 'od c � o � c � �o Z'o. � :a '? �' m
0
°1 `� �Afier i'iOUTS f� £ c�LY o� � a �, c �N ��. U � "y � �
C
o � tr' N
� UI - (n � X a C U (� � z •C � J CL � [IJ
� � � � � a
MATERIAL dESCRIPTIQN
erourn CLAY with limestone fragments
4 76
2.�
� I � I Tan CLAY
� I� I 4 95 38 18 2Q 0.0
I4A
Tan I.INlESTONE with clay seams and layers 50!
5
'i 2"
10 , 1Q�1
1.25"
12.0
Gray LlMESTONE with shale seams
1� 'l1�0/
15.0
T�ST BORING T�RMWATEa AT 15 FT
SOS& Br•:rsh Creek Rd. �0���� �0.; 9�
� � � � � �� � � � � � � � Fort Worth, Texas 76119 �heet o
� Pho�e: 817-496-5600
Fcrx; 817-496-S�RB PROJEC`� F�O.: w1 sas�s
� H � � � � �. � � � � � � � � � zu�vyv.alphatestr�g.eo»:
Client: Lennar Homes of 7exas - Iruin Locatlon: Fort Warth, Texas
Pro]ect: North ointe Surface Ele�atian:
Start �ate: 6113120i9 End Date: 6/13/2019 West:
Drilling Method: CDNTWUOUS FLlGHT AIJG�R North:
Hammer Urop (llas ! inj:
^c � �- � x
GRQUND WATER OBSERVATIONS n, o �•- ��� �� a�
� rn �:
m o T o i�� d U� �� �� m � E � o
m � 'On Rads (ft): �i0lVE � �'p `o u� �y m -o.c 'N� � � � � _
w V _V � v �•
t :� �AHer [Jrilling (ft): D�Y Q }C� � o o E � rn �p �o. � � �u `—' 3
� �� o.—p a o � c aN ❑
p � �Afker_ Hours (ft): � m c.� � �, �� o o �. � � a � cn
C7 � �a � C � a � �
a
MATERIAL D�SGRIF'710N
I� Brown CLAY �
, � I I �t.5+ 1 B
Il I�
1II�
I, � �
� I� 4.�+ 13 46 21 25 0.0
� I 4.0
Tan CLAY
5 I 1 I I I a.25 2.0 '{a4 1 a
����I
��j�1
�I,�` 4.5} 14
Il�il
�� I�� - with lirnestone fragments from 8 ft to 1 Q ft
II�`` 92
II`II
10 1 10.0
TES7 BORWG TERMINATE� AT 14 FT
15
�� � � � � � Q�, � S058Brs�shCreekRrl. gp�NG NO.: �%
� �� � � A .�I FortWorth, Texas�761I9
�` A� Phone:817-496-5600 heet o 1
♦� Far: 817-496-5608 pROJECT I�O.: W'( g�$3�
If�i F�i �: R� � T ��. L�� G� I Fi1 S ��ytiy�IPhatesting.cora
Clienk: Lennar Homes af 7exas - l�vin i.00ation: Fort Worth Texas
Projett: North ointe Surface �levation:
Start tiate: 5l3012019 End Date: 5/3�J2019
W est:
�rilling M�thod: CONTINUOU$ FLIGHT AUGER �p��:
Hammer Drop {Ibs 1 inJ: 'I40130
o, GROUND WATER 08SE}�VATIONS � a.� �� �,� a x
ai o Q o UJ " o� � o� - :� ai
V°-� � _y°btl RodS (ft): � IT �, o� as a3 U' c°' � m E � c o
Q � �After QI'llling ($): � a oQ �� o E c� �o �'a. � � � �' m
q �° 1'After_ Hours (ft): ��a� �.fl a o C v aN ��. c� �� "� U 3
� � � � X � � � � � z •� � �i. q, � cn
�a 0. � � � a
MATERIAL �ESCRIPTION
Brown CLAY
3.z� 1.6 97 25
z.a
Taro LIME5TONE with clay seams and layers
�
5 �/ 125'�
9.0
Gray LIMESTONE with shale seams ��Q/
1� 1t,
'! 001
15 15,4 '�.75��
i�ST BORING TEFtMlNATED AT 15 FT
S058BrushCreekRd. �Q���I(y+ �O." L}$
� � � � � �� � � � � � � � Fora Worth, Texas 76119 � eet o 1
� Phona: 817-496-Sb00
Far: 817-496-5608 ��Q,]�C'T jdQ,: W� ��$39
� � � � � � �, � � � � � � � � � �a�viv.ulphaies[ing.com
Cliant: Lennar Hames of iexas - Irvin Loeatio�; Fart Worth, Texas
Project:
Norlh ointe SurFace ElevatEon:
StartDate: 5/31/2019 End pate: �13�124�9 West°
Drilling Methodt CONTINUOUS FLiGH7 RUGER North:
liammer �rop (Ibs 1 in}: �40 I 3n
GROUND WATER OBSERVATiONS a a �� �' o N �� rn � . �� .a
a°�i -a-i _�On Rods {ft): 4 � Z'q o N-$' � m -�os ��� �� c '� :a � a
w �? 2
� r �After Drilling (ft); fl. o� a� a o � c aN p Q' U � � �' 3
a a � �� s m i cn
o �+ �.Aftar` Nours (ft); � � �� a C� o z � � .� o.. �
� �
MATERIAL DESCRIP710N
Dark Brown CLAY
2 31 57 19 38 0.9
� 2.0
Brown CLAY with limeslone fragments 2 32 5� 2fl 37
3.0
ian L1ME51"�IVE with clay seams and layers 10 1
2�
5
� oo�
0.75"
3a io.o
T�ST BOft1NC TEREN1NAi�D AT "l� FT
15
� � � � �, �� � � � � � � � 5058BrushCreekRd. g�R1NG NQ.: 9�
�� F'ort Worth, TesQs 7b119
Pho�ae:8J7-496-5�00 eet of
Fax: 817-49G-5608 ��OJkCi NO.: W� 90839
'W F: �!� � i j' 11 � L��� p N 5 �uivw.alphatestrng.com
Client: Lennar Hames of Texas - Irvin
Location: Fort Warth, Texas
Praject: �lorth ainte SurFace Elevation:
Start �ate: 5/31/2019 �nd Date. 5/3i12019 y�,�s�;
Drflling Method: CONTINUOUS FLIGHT ALJGER North:
Hammer [?rop {Ibs ! in): 14013p
�Q GROUNd WATER 08S�RVATIO�IS � -a,� N�� �� a W � k
� �_'O�I Rods (ft): 4 F �, o� �y � U� c_°�y �a�i � �.� �� c r
� w v �
� � �Aftar Drilfing {ft): DRY a �Q w o u°1 �� y� �, C J J �-
n a �— o E c rn cv o �' a o 'o � �''
p � �After_ Hours (ft): ��� v-° a Q �� �c., ra" c� '�. �� U 3
- �� �C a � c� in ' z � ro � 0. a �n
MATERlAL DESCRIPTI�N a �' � �
Brawn CLAY
� 35
2,a
II Tan CLAY with Iim�sEone fragments
II�I�
I I 2 24 41 14 27 0.0
� ��` 4,0
7an L1M�STONE with clay seams and layars
1001
5 1.25��
'I00/
�a �o.a n.75„
Gray zIM�STONE
'I00/
15 15,4 0.75"
TEST 64RING TERMINATED AT 15 FT
SD58Br�tshCreekRd. �ORINC� FIO.: �0�
A � � „� � �� � � � � � � � Fort 4�nrth, Texas 7G119 eet 1 0 1
� Phnrre: 817-496-3600
Fax: 817-496-5608 ��o,��cY No.: w� 9aa3s
� � � � � I � � � � �q � � I � � ivtivtiv.alphatesting.cam
Client: Lennar hlomes of 7exas - Irvin Location: Fort Wo�th Yexas
North ointe Surface Elevation:
Project: 5131I2019 West:
Start Date: 513'�12419 �nd Date:
Drilling Method: CONTINUQUS FLICH7 AUGER lVorih:
Nammer Drap (Ihs 19n): 140 � 3�
� GROUNp WATER OBSERVA710NS Q o �� y a� �� m c • ' � o
�. � u`� U `'�V' c � �ar � E � � o
� J y On Rods (ft): NON� i— �(� �� Y d7 �L N� �� C J � .._
� r ZAfter orilling (ft): DRY ¢�� o� a o ���N 08 U � in � 3
no. F � m rr m �;n co
� `�Aftar_ Haurs (ft): � � � c � �ri� ' z �� � J � a
c� �� ,a � � �
�
NfATERlAL. DESCRIpTION
Brown GLAY with limestone iragments 3 25 31 66 31 35
1A
7an LIMESTONE with clay seams and layers 1001
- 0.5"
5
10fl1 p
�.75"
6.�
T�ST BaRkNG T�RiVIINASED AT 6 FT
ia
15
� � � � � �� s " � � � � � 5058BrushCreekRd. �O��NG �0.: ,��,�
� 7f� E Fort Wor1h, Texas 76119
« �" Phone:817-496-5600 eet p 9
Fax: 817-446-5608 PI�OJ�Ci P10.: 1N9 90$3g
W F�i � F� � 1 j' Oy L L �� C� k"� $ ivtiutv.alphaiesting.cont
Client: Lennar Homes of Texas - Irvin l.ocation: Fort Warth Texas
Project: EVorthpninte Surtace Elevation:
5tark Date: 5/31/2019 �nd Date: 5I3912019 ��
W est;
Qrilling Method: COiVTl�UOU5 FLIGHT AUGER North:
Hamr�er Drap {Ibs 1 in}: 'f40130
o, GROUND WATER 46S�RVATfONS �.s ��' o
� o � On Rods ff : d- eb U] " O� 7 a1 ' .r . axi
°' � l,° ( } NONE � �,o a� � `m c)� � '� � E � c o
� r �After DI'lilin ft: DRY ��' m� " Q7 �y N ��i J
o, fl. 9�) Q� Q' � o � E c rn m o Z' n. o :o c� ;Z` ns
n � /_After_ Hours (ft): E�� �� n. o �� dcv �" c.� Q .ro � 3
� � � c c c�i cq � � 'c � � d @ �
�m ay � Z ni
!L 0. � � �? p-
MAT�RIAL �ESCRIP710N
I� Bro4vn CLAY
I' I I 3.25 17 46 23 23 O.Q
II II
2.0
Tan I.iMESTO�IE with clay seams and layers
i0D1
5 1"
1001
10 . � 0,75"
12.0
Gray LIMESTON� with shale seams
100I
15 15,0 1.25��
TEST BORlfVG T�RMINRTEp Ai 95 FT
SOSBBrt�shCreekRd. B���N� �I�.: '��2,
A � � � � �� � � � � � � � Farr Woxrh, 7"rxQs 76119 eet '! a
�� Phona: 817-49�-3600
Fra: 817-496-5bQ8 pROJ�Ci i�0.: W19Q839
1d1J �i ��� I T l� � L�€ G I N� ti�vtiu.alp{rates�ing.com
Client; Lennar Homes of Texas - Irvin Location: Fort Warth Texas
Project: Narth ointe Surfac� Elevatian:
Stark Dake:
5l31I2099 End Date: 5I3112019 West:
prill'mg Method; CONTIlVUOUS FLIGFiT AUGEFt North:
Hammer prap (Ibs 1 in}: 14� 13a
GRdUND WATER OB5�RVATIONS u, a '° ` ��� , � o, � x
o' a' �`� m Uv �•� 'm � E � c a
a01i -�i 'On Rods (tij: NONE � �❑ a � Y � -aL �c� �� c � -' �
y.. U _v .
� � 3After Drilling (ft): RRY Q o� c a a o c � f6o Z'a U � �in � 3
p.sn � ¢N p"'
a�'i � �After HoUrs (ft}; � a"i U" a� � a ; o "' � J a � cn
❑ � j � cn � v � �cn Z � � o.
�a 0. a �
MATERIAL p�SCRIPTION
Brown CLAY I 3 30 63 23 40
�.a
Tan LIMESTONE with clay seams and layers 1001
�„
6
1 a41
1.75��
6.0
TEST BORING T��{MINATED Ai B FT
1Q
15
� � � � � �� � � � � � I� � SD58BrushCreekRd. BpRING NO.: 103
� Foi�[ Warth, T�exas 76119
Phone:817-496-56dD Sheet o
F�: a1�-496 saos PROJ�Ci NO.: W'I 90839
lyd Fi ��� I T 1�6 L. !�� L3 I N S w�v�v.alpharestang.com
Ciient: Lennar Homes of Texas - Irvin Location: Fort Worth Texas
Project: North�,ointe Surtace Elevation:
Start aate. 5131/20� 9 �nd Da#e: 9/3112Q19
w�t:
�lrilling Method: CONTINUOUS FLIGFIT AUGER North;
Hammer Drap {Ibs ! in}: 140/3Q
o, GROUND WATER OBSERVATIOfVS � -o = �� �� a x
..°1�. � Idn Rods (ft): � ��, �� m U�' c''°3 a� m �E E � �
� � TAfler �riiling (ft); 4 °� �� � a o E � rn �o Z'va�. o v c� �' m
p `� �After� Hours (ftj: E �� �j� n.. o � �, n,�, �.� U � '� u �
� � !� � c c�icq � � 'c � -� CL � �
� � v � Z � '� a
�41ATERIAL �ESCRIpTION � a � �
Brown CLAY
3 31 65 24 �41 0.3
2.0
Tan LIiNESTON�. wiff� cfay seams and layers
�
� 1�0/
5 � I 1.25��
�1 1 fl0!
i 0 10.0 0.5„
Gxay LIMESTaNE witF� shale sea►ns
10�01
15 15.0 �
7EST BQRING TERMINAT�q AT 15 FT
5058Br•ushCreekRd. ���i�l(y+ ��.' �04
i �y Fora Warth, Texas 76119 eet o
A, � � � � �� � �e � � � � � Phane: 817-496 5b00 •
F�; a��-g96-s6oa pROJ�C�i f�0.: W190$3J
II{� b�� E! T d� !'r ��' c t F� S �v�+�v.alphatesnng.com
Client: Lennar Hnmes of Texas - Irvin Location: Fort Worth Texas
Praject: North ointe Surtace Elevation:
Start �ate: 6l14l2�19 End Date: 611�I20i9 West:
Drilling Method: CONTINUOUS FLIGHT AUGER Nort�:
Hammer �rop (lbs 1 in): 140134
GROUND WAT�R OBSERVATIQNS n, �� ��� a L �- ;� w
� rn
��y, O }. n (��+ � U v C � •� N � � � O
�W J �rOn Rnds (ft): NO�IE �- 1�+0 O% d� �� 'N[() `l��r � J J �
`—' �RY a o� C a o� � c�o �`o' � 3 �in � 3
� :c �'.After 4ri11ing (ft): c�
a c�. � o� 0., ��= N C? `� � N �m u)
o � �After� Hours (ft): � � U � � c°,cn ' Z c � -a n. a
_ �� � � � �
MATER�AL bESCRIPTION
� I Brown GLAY with limestane fragments �
1�M�
L I� 1fi 34 95 1S
+ I' 2.0 �
Tan LIMESTONE wilh clay seams anci layers
45�
5
100!
4.75"
10 10.0
T�ST BORING TERMINAT�.D AT 1 � FT '
15
� � � � � �� � � � � � � � 5058BrzrshCreekRd. �0���� �0.: ,� Q�
� Fo�7 Worth, Texas 7G114 Sheet 9 0 1
Phane; 817-496-5b0�
Fax: 8I7-49G-56D8 �F�OJ�CT NO.: W190839
!W !d � l? Fc I �' A �. � � � G I N � �v�vtiv.alphatesting,cam
Client: Lennar Homes of Texas - Irvin l.ncation:_ Fori Worth, 7exas
Project: Northl�ointe Surface E�e�ation:
5tart �ate: 6/6/2019 End Bate; fi/612019
West•
brilfing Method: CONTINUOUS FLfGHT AUGER North:
Hammer Drap (Ibs 1 inj: 140130
a, GROUf�lD WATER 06SERVATIQNS -0.5 � E �,� 4 x
»��- � 'On Rads ff : NOIVE �' u�� o� a a' - . . m
u �_ �} � �,Q p N ��`N„ C.i."'.`n.. c� Ql y E � C o
W � 9After Drilling (ft): DRY a oC1 � o o E C� roa �,� p � � �. a
a a
o `�° �After� Hours jft): E�� o.g a o � a�i aN �.J U a � �N cn
t� u`°� � � v � 3in ' Z � � � a �
MA7ERIAL DESCRIPTION � a � �
Brown CLAY wifh limesione fragmenfs
4.5� 10
1.0
Tan L1Nf�STONE with clay seams and layers
69� 9
10�/
5 225"
9.0
Gray LIMESTONE with shale seams 100/
9 D � 0.78,�
15 15.0 1�5{
TEST BOFtfNG TERMINATED AT 15 FT
5�58BrushCreekRd ����N� �p,; 106
� � � � � �� � � � �' � � Fart Worth, Texas 76119 �� a �
� PhoMe: $I7-99b-S6DQ
Fax: 817-496-56D8 ��OJ�CY NO,: W190839
'�S b� k� C I 1' W L L ���# I N S �vtiuiv.alphatesting.com
Client: Lennar Hames of Texas - Irvin Lacation: Fort Worth, Texas _
Project: North oinfe SurFac� Elevation:
StartDate: ��'����p�� End�ate: 61'i012019 West:
Drilling 1Vlethod: CONTINUOUS FLIGHT AUG�R North:
Hamrrier Drop ([bs 1 inj:
a
GROUN� WATER OBSERVATIONS m �= `� �� °S L a'�i
� J }�. P � � �-+ 47 U ."'�'. � � � yQ.,7 � � G o
,�i' �On Rads (ft}: Nd�� � Zp o � n�•- '�,cn �� � � _
� sc m'v.� N G v �'
� r �After Drilling (ft): �RY � a� �� o v �� 0.� �a �j � �N � �
4= � N p�`
w ro C�After_ Hours (ft): � w c�" n' �, o.� Q o -- `m � � � v�
� � ' � � �a a �N a a � a
N{ATERiAL DESCRIP710N
Brdwn CLAY with limestone fragmEnfs ;
4.5+ 9 3
2A
Tan CLAY with calcar�ous depasits
4.5+ 11
5 4 20 60 1H 41
s.a
Tan and Gray SHALY CLAY
3.5 21 59 2fl 39 0.0
ti
5
4 'f 5
10 10.Q
TEST 80R]NG TERMINATE� AT 1fl FT
15
� � � � � �� � � � � � � � .S058BrushCreekRd. B�RINlG I�lO.: fi�7
� �'art T�larth, Texas 76119 Sheet o 1
Phor�e: 817-49b-5G00
r�: 81T-q�6-s6oa pROJ�CT WO.: W190839
Id� H L� R� I T 1� L L �� G 1 Fa $ svwiv.alphatesring.com
Client: Lennar Homes of 7exas - Iruin Lacation: Fart Worth Texas
Project: Narthpoinfe Surface Efevation:
Start Date: 61�120�� End Rate: 6/5/2019 w
West:
❑rilling Method: CONTINUOUS FLfGHTAUGER North:
Hammer �rap (Ihs ! in): 140130
�, GROiJND WATER OBS�RVATIONS �, �.5 N � �, � � x
N O Q o Ui � O y �7 � ' . :sY_ Qf
�' � `� On Rods (ff}: NdNE F�, Q� ��, t�� �.� 'n� �, E � c o
a a �Afier �riiling (ft): DRY � �� � � o o � � �a �`Q o � � "'' m
� � _�'After_ Hours (ft}: � m c�� � ` c � a`� d" v a� .� 'w �
�� X c ��� � o '� �: :� a m
F'a �� Z� � a
11AA7�RfAL DESCRIPTfON
II Brown SA�lDY CLAY
I 52 95 44 22 22
1.0
Tan LIPuIESTONE with clay seams and layers 900/
` 2.25"
1001
� 2.75"
1201
10
13.0
Gray L1M�STONE with shale seams
1001
15 15,0 1.5'�
T�ST BORING TERMINATEp A7'15 FT
5058BnrshCreekRd. gOI�ING NO.• 108
� � � � � �� � � � �° � � � Fort Warah, Texas 76119 heel o
� �� Phoxre:817-496-56DU
Fax: 817-49b-5608 ���,j�C� �Q.: W� ga$39
� � � � � � �. � L L � � � � � � wwtiu,alphatesting.com
Glient: Lennar Wames of Sexas - frvi�r Location: Fort Worff� 7exas
Prajeck: Narthpointe Surface Elevation;
Start Date: �rr12Q1 � End bate: 6/7/2019 West:
�rilling Method: CONTINUOUS FLIGHT AUGER North:
Nammer Drop (Ibs ! in): 140130
GROl1Nd WATER OgSERVATIQNS a Q ��C y E�. �� � ..� axi
� ca, o u) � a w � � o' � ' "� .o
„�a�_, � 'Qn Rads (ft): NOfVE F'-' �p o 3 �� vs ycn �� c ,E � c �
� � �After Qrilling (ft): DRY � �� o� � o � � �N Q a �j � •� � �
� � N (/J
� � `jAfter_ Haurs (ft): � � �a 0. �� o z � � � n. �
a�
MAl'ERIAL DESCRIP710N
Brawn CLAY
1.25 29 54 19 35 Q.0
2,0
Tan LlM�.570NE with clay seams and layers
1095" 14
1001
1.5"
5
8.0
Gray 5HALE with limestane seams
10Q1
1.75"
10 10.0
T�ST BORING TERIVIINAT�D AT 1 Q F7
�
15
sos8 B��sh CreekRd, gORING NO.: � 09
� � R � � �� � �i � � � � � Fa,•t Worrh, Tes�s 761l9 Sheet o
�`° Phone.� 817-496-5600
Fax; 817-496-5608 p�OJECY NO.: W194839
1h� H��� I T 1�6 L L ��� I N 5 lntiu�v.alpharesteng.con�
Ciient: Lennar Homes of Texas - Irvin Locatian: Fort Worfi�, Texas
Project: NarfF� ainte Surtace Els�ation:
Skark pate: 6/7/2019 End �ate: 6C112019 West:
Drilling Method: CONTWUQUS FLIGHT AUGER NQ�h:
Hammer brop (Ibs 1 inj: 1�44130
�, GROlJNC7 WATER 08SERVATIONS y a a•� y�� �,� � x
U] 4 a \ (n � 4� py 7 Q! " . N
,a' v `TOn Rods (ft}: NONE F �, o� �� U... c.� 'a� � �E � = a
n Q ,After C]rilling (ft): D€2Y �>q a� � cY� E m� �a � � o � � ;� =�1
0. Oa' C� � q � C N ❑� U u7 V j
o � _�After_ Hours (ft): E v �°�- d a �? a o �, �6 � •�, N
_�
� � �� � ?`� \z � � J a a�.
MATEF2IAL bESCRIPTf�N
�� Brown CLAY with limestone fragm�;nts
�I
i� I( 4.5+� 94 35 17 18
� �2A
Ii ian CLAY with limestone fragments
E
� � I 4.5+ � 5
� ��II
5 �IIII
10
I � I 6.0
Tan LIhAESTONE with clay seams and layers
12` 5
10 12� .
12.D
Tan and Gray S�1ALY CLAY
4,5+ 25 70 24 46 0.0
15 15.0
iEST BORING TERi1AINATEp A'i 'i5 FT
5058BrushCreekRd. ����NG N�.: 110
� � � � � �� � � � � I � � Fort Worth, Texas 76119 eet 0 1
� Pho»e: &17-496-5600
��: al�-as6-s6oa p�0,11�CT NO.: W190$39
� H� FI E� l T A L R ���ii � N� ti�vtie.alphuiesCing.com
Cfient: Lennar Homes of Texas - iNin Lacatian:_ Fort Worth, Texas
Praject: Northpointe Surfaca �fevation:
StarE Date: 611 2120 1 9 �nd Date: 6l1212019 West:
Drilling Methad: CON7INUDUS FLIGHi AUGER North:
F[ammer �rop (Ihs 1 in): 140130
� � � x
GROIJiV� WATER 065ERVATIONS o� ��� ��� � o, .: �
.� � T o �� a� U� c°� �� � E E � o
,a � _,'�n Rods (k): NQiVE F- �❑ a� x m. sar '�� � c�i � J U � —
" 'After Driiling (ft): g R Y A, oa c� �o d c c �N �'a Cj � � i `? 3
� a w �"
m � �After Hours (ft): �� c� �°� C�� a Q -- � � a � cn
❑ - — � �0. a j z ' � a
MA7ERlAL DESCRIPTION
�I Brown SANOY CLAY w'tth limestone fragtnenls
II I 4.5+ 14
I�,�4
I 2•0
I 7an CLAY
1 4.,+ 16 3fi 1$ 'f8 0.0
��;{I
1 I 4.0
Tan LIMESTOfVE with clay seams and layers 1001
1.25"
b
100!
0.25"
� Q 10.0
TEST BdRING TERMINAT�� AT 10 FT
'[5
A� w � � �� � � � � � � � 5058 Srush CreekRd �O�I�� NO.' ,� ,� ,�
�� � Fort Worth, Texas 761 /9 R
Phone: 817-496-5600 eet o 1
Pa.r: 817-q96-5608 pR�JEC7' I�O.: W190839
Vii Ff ��ni � f 7 ��� 9��� I iV S �+�viv.alphatestrng.can�
Client; Lennar Homes of Texas - �rrrin Lacation: Fort Worth, Texas
Project: North oinia 5�rface E[evation;
Start Date: 8/92/2019 End Date: 6/12/2019
West:
brilling Methad: CONTINUOUS FLIGH7 AUGER North:
Harrtmer �rop (Ibs! in): 1a0130
GRaUN� WAT�R OBSERVATlONS v �o � �� � t � x
�' � V;On Rads (ft): NON� �a �, o� � m [j� .C'� •� � E � c ;e
� Q �After OriUing (ft): DRY � �� m � '� � � � �Q � c�i � � J — �
O. O C- O C 4 �' a O U ;�` Gf
o `�-° '�'After,_," Hours (ft}: E �°' U� � ° � � °-N ��' y = '�, `-' 3
o � ro
� c4 � � = c c�.� U] � ° 'c � � a � �
�� � ? � � � �.
MATERIAL D�SCRIPTION
Brown CLAY with iimestonefragtnents
4
1_0
7an LIM�STONE with clay seams and layers
10�/
� 2.5�,
� �
1001 �
10 0.75��
'I2.0
Gray LIM�S70NE with shaie seams
1001
15 15.0 0.5��
TEST BpRING TERMINATEb AT 95 FT
5D58Bt'ushCreekRcL �aRIiVC�' NO.: ��2
� � � � � �� � � � � � � � Far1 Wortlt, Texas 76119 $�t��t o
� Phone: 817-996-56a0
Fi�: EI7-496-5G�8 p�OJ�CT �lO.: W190$39
1Rd Fri ��0 � I T W Il ���� I N S ti�vtiv.alphatesting.coni
���e�f; Lennar Homes of Texas - lr�inp l.ocation: Fort Worlh, Texas
Project: Nar[hpolnie Surface Eievat'ton:
StarE �ate:
6l12120i9 End.�ate: ���2�2�1g Wgst;
Drifling Method: CONTIfVtlOUS FLIGHT ALIGER North:
Hammer qrop (16s ! in): 140130
� a � x
� GROUND WATER 08S�RVATIONS � a �� V a� �� 8, � ;G � �
as a 7, � � UV �.W m � E E c a
,m � ,_On Rods (ft): NON� H �p o � � m a� 'r`�n� ��'i � � n � —
U .
� � �A�lei Drilling (ft): �RY °1 �C'� � o o E �� ma �'n U � �n �' �
� Q� o� � � � 0.N ❑
a � �After� Hours (ft): �� v� a c Ur� 4� c � � a a cn
, �a a � � �
N[ATERIAL l7ESCRIPTION
(� Brown CLRY with lirrhestone fragments
l��l 91 32 15 17
�I �1 z.�
San LlMESTO�VE uviih clay seams and layers
1�01
0.75"
5
1001
0.75„
1a 10A
T�ST BORINC T�RMINAT�D AT 'f 0 FT
15
� � � � � �� � � � � � � � 5058BrushCr-eekRd. BORII�G NO.' � �,3
� Fort War1h, Texas 76119 '
Phone: 817-496-5600 S eet 1 0
Faz: 819-496-5608 pROJECT NlO.: W190839
w! H� H� I T � L L ���.�. I Pi1 � ���vY�.alpharestirag.�nn:
Client: �ennar Momes of Taxas - Irvin Location: Fort Wprth, Texas
Project: Northlaainie
StarE C1ate: 8/5/2019 _ SurFace �levation:
�nd Date: 6/5/2019 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer qrop {I�s 1 in}: 144130
a, GROUND WATER OBSERVATIONS �, o -g.� N� �� o x
� � �On Rads (ft}; NON� �T �, o� � m U`�' �'.� � � E E c o
a A. �AftBr DI'illing (ft}: faF2Y �>C�3r v o �� � rn m� ��' o J � �` —
N � n � �� P o C c o �'a U :4 c� N
❑ � =�After_ Hours (ft}: � a�i U� °' �, _ � �� °� 6 m ��, cn
u� � � � = c�i in ' Z � � :� a a
MAT�RIAL �ESCRIPTION a a � �
� I 8rawn CLAY
II I( I , 3,5 9.2 106 18
II �I
ill'
f!I'll
� I j I I 2 21 �43 20 23 �.0
I�
4,0
Tan LIMESTONE with clay s�ams and layars 1001
5 7.75"
1001
� 0 1.25"
i 2.0
Gray LIMESTQNE witF� shale seams
1 � 9 001
15.0 0.75"
T'�ST BORING T�RIIAINATED A7 'f 5 FT
5Q5&B+�shCreekRd ��RII�G NO.• 'f'f�4
� � � � � .�� � � � � I � � Forr Wor�lt, Texas 74119 � eet o
� Phane: 817-496-3G00
Fru�: 817-496-5608 ��QJ�C� [i�Q,: W190839
� w � � � � T � t � � � a � � � iviv�n.aTpha[estrng.con�
Clfent: Lennar Nomes of Texas - lrving _ Locatian: Fort Worth Texas
Qrojact: Northpointe Surface Elevation:
Start Date: 6l5120'19 �nd Date: &1512Q19 UVest:
Drilling Method: CONiWUOUS FLIGHT AUG�R North:
Hammer Drop Slbs 1�nj: 140 I 30
� a o
GROUND WAl'ER OBSERVATIONS y Q �•G U o� �} o, - .J nxi
„°�w_, —�i �On F2odS (ft): idONE � Z'� o � � � �.c N� �i� C J J C �
� DRY Q o� �� a� C rn �o �n. �j � �u, � 3
Y � �After Drilling (ft), �' °1
� � � o G n.
v � '�P;fter Hours (ft): � a c� � a� �c�,�n ' o �v � � a � uj
� � - � � � �a a � � � � a.
MAT�RIAL DESCRIPTION
Brown CLAY with limestane fragments '
4.25 23 ' 59 20 39
1.0
7an LII�ESTONE with ciay seams and layers
12! 13
3�,1,
5
1041
1.5" �
10 10.0
T�ST BORINCy 7ERMINATED A7 'l0 FT �
15
sossB�ushC�•e�kRd. BORliiIG NO.' ��,5
� � � � � �� � �n � � � � � Fart War[h, Texas 7d119 eat o
�� Phone: 8I7-996-3d00 •
� �ax: s17-�g6-ssaa p�OJECT fVO.: W� 9Q839
�r � � � � � �' � � � � � Q I � n� ivw�v.alphatesting.com
Client: _ Lennar Homes of Texas - Irvin� Lacation: Fort Worth, Texas
Praject: Narth ointe Surface Elevation: �
SiarE Date: ��"�/2019 End Date: 61512a19
West:
Dtilling Methad; CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs 1 in}: 14013D
�, ¢, GROUND WAT�R�dgSERVATIONB � -o � � � ¢ .= Q x
m o a 4 cn,� " o W rn} rn ' . . a�
� � L�a� Rods �n�: Narv� ��;� o�, ;, � U_, .N� �� y � � � o
L � YAfter DPilling (ft): bRY � dO' � o Q� � rn mo �,� o a � � �
o � -/Afier" Hours (ft): � u�,� �j� a. � ¢ � 0.c� �" � a� m �m vi
U] � X� c o(A � �� ip � d �
F- d � � � � 11
MATERlAL DES�RIATION .
II Lfght Brown CLAY ' !
�� I� 4.5 17 44 2�! 23
� � 2.0
ian CLAY with calcareous deposits
4 16
5 4.5+ 99 &2 20 42 0.0
s.a
Tan LIi1AE5TONE with clay seams and layers 100/
1.75" �
10 .
��5'
12.�
Gray LIMESTONE with shale seams
� o,ni
�5 15,0
T�ST 80RING TERMINA7ED AT 15 FT
5D58BrushCreekRd. �����]G IdO.: 1'�6
� � � � � � � � � � I � � Fort WorEh, Texas 76119 �gex 4
� Phone: 817-996-560D
Fa�: 817-49G-5608 p�p��C�' NO.: �� gfl���
�ii F� � I$ � � Y �6 �. ��� G � N S iv�v�v.alphatestrng.cQn�
Cllent: Lennar Hornes of Texas - Iroin Location: Fort Worth, Texas
ProJect: �iorthpointe _ SurFace �le�etion:
Sta�t Date: 6l3120'i9 �nd bate: fi1312�19 West:
Drilling Method: CONTINUOUS FLIGH7 ALfGER Narth:
Hammer Drop �Ihs 1 in): 140 ! 3�
�' a .«+ a
GROUND Wf1TER OBSERVA710NS m a �'� '"�'�• Ea � m} � c • ' �
N O T� �� G7 Li."'i C� N Ul � � � o
� � '.On li0ds (ft): '� I— �O � � Y m �t ��� �� c � � �
� Q �After Drilling (ft}: g a�� oa �� � � �c��f p� V � n � 3
q i° �After�,_, Hours (R}: �� c� � C �:.' o d � �' � `� u �
c� u� �a a�� z� � � a
MATERIAL D�SCRIPTION
Brown CLAY with l9mestone fragments
2.5 33
2.a
�� Tan CLAY with calcareous nodules
� I� I 2.25 25 49 19 30 0.0
�
� I � 4.0
Tan LIM�ST�NE with clay seams and layers ��p�
1"
�
�
i 001 2�
1.5��
10 10.0
TES7 BORING TERMliVA7�D AT i0 FS �
�
15
� � � � � �� � � � � � � � 5058Br•zrshCr•eekRd 8�����5 N�.; � � 7 �
For1 Wordh, Texas 781I9 S eet o
� Phane: 817-496-56D0
Fcax: 817-496-5608 PROJECi iVO.: W'f 90839
W' ti1 E R E I� 14 �� � E� Q I FI S tiinvtv.alphalesltng.eanl
Glient: Lennar Homes of Texas - frvin Lacation: Fort Worth Texas
Praject: Norti� alnte SurFace Elevation:
Start Date: 61312Q19 �nd p���: 6/3/2019 West:
Drilling Method: CONT]NUOUS F'L�GHT AUG�R North:
Hammer �rop (Ibs 1 inJ: 140130
�,, GRDUND WATER OBSERVATbNS y -a � ��� �� � x
� 1 'On Rods (ft): NaNE T a �� v U� _� 'c��, � �� � � a
c� - I— �p `o �+ � -- •y u)
a a �After�rilling (ft): [)F2Y Q�Ci � o o� C rn ma Z'Q a a o w �
�� o s U � ' 'ci
� `�.° �►Aft�r___, Haurs ift)� � m c�� 4� �°' a`� a'� � r m �w ui
� . � � �a aCi �� � Z � 10 � �' d
a a � �
fVIATERIAL DESCRIF'710N
• I� Brown Cl.AY with limestone fragr�enis
2.5 27 45 25 20
1.0
Tan I.IM�STUNc with clay seams and layers —
13,01
5
1001
10 . 1.i5"
11.0
Gray LIMESiONE wiih shale seams
10D1
15 O.i5'�
15.0
TES7 �ORl�1G TEF�MINR'f�D AT 15 FT
5Q58Brush CreekRd. BD����y+ �10,: � �$
� � � � � �� � � � � � � � F'ori Wardh, Texas 76114 5heet : o
� Phane: 817-49G-56DD
��: sl�-a96-saoa PROJ�Ci WD.: W190839
�p �� p� �� W L L���= � H S wwtiv.alphatesting.co»�
Cfierrt: Lennar Homes flf Texas - irvin Location: Fa�t Worth, Texas
Project: North ointe S�rtace �levation:
StartDake; �131�n�� E�nd �ate: 613l2fl19 West:
Drillfng Method: CONTINUOUS FLI6HT AUGER North:
liammer Drop {Ihs 1 in}; 14a I 3b
GRdLfND INATER O�SERVATIONS y � � N�� m L � �
� �
� � lVONE T a �n .... m U� c°' 'm m E� � � a
,P� _-dn Rods (ft): � za o� � �, -a.� '�,u� �� C � =
�
Q a �After a�iliing (ft): DF2Y a �� o� 0. a � c a� p�' U � w ;�; 3
a� � '�Aftar Hours (ft): � m U � o � � . o :� d �' � � cn
a, � � � a � � ucn z c � � � a
�� a � � �
�
MRTERIAL. �ESCRIPTI�N
Brawn CLAY
2.5 35 7'f 2A 47 0.1
1.D
Tan LIMESTONE with clay seams and layers . 1p4!
2.25"
5
100! p
0.5"
8.0
TEST BOFZING T�RMfNATE� AT 6 FT
,
'� 0
15
� � � �� � .,� � � � � � � � 5058Br:rshCreekRd gO��{�� �O.Y ,�,�9
� Forr ff�orth, Texas 7b119 S eet o 1
Phon�: 8I7-49b-560D
�� Fax: 817-496-5608 P�D�j�C� �0.: W190839
{�+ b � j� � � �' �j � � � � (� ( � � ivw�u.alphades7ing.conr
Cllent: _ Lennar Homes of Texas - Irvinq Locatian:__ Fort Worth, Texas
Project: Northpointe 5urface Elevation:
Start nate: 6/3/2019 �nd Date: 613/20�f 9�
West:
pri!ling Method: CONTINUOUS FLIGHT AUG�R North:
Hammer Drop pbs 1 ir�}: iap 130
o, GROUNi] WAT�R OBSERVATfONS �, a.� N E �, L � K
�
.�°' � L`On Rods (ft): NQN� ��,o o,��, y� U°� ��—�' � m E � C o
a�i � �Afte� Dilllirlg (ft): bRY a �'o�� a� a o � � �o �a �j � " •� m
Q � T_ After„ Nours {ftJ� � m c.)" a� a�' �`� � V � � ro �u, cn
��' c c v c4 �° c J a cv
� MATERIAL D�SCR[PTldN
�� a � z � � a.
8rawn CLAY
2.75 93 71 24 47
1.0
T an L.1M�STONE wifh clay seams and layers
1001
yr 0.75"
1001
10r 1.5"
11A
Gray LIMESTONE wilh sha]e seams
�
1001
�5 15.a 0.75"
T�S7 80RING TERMINATE� AT 15 FT
SOSSBrusACreekRd. �����G �0�: 120
� � � �i � �� � � � � � � � Farl Wor�h, Texas 76119 eat o 1
J � Phone:817-49b-5600
Fcix; 817-49b-5608 �RQ�]�C� NQ.; W190839
{!IE b��� I� W L i g� C� I H� �vtiv.4lphaiestir�g.carh
ClEent: tennar Hames of Texas - Irvin Locatian._ Fort Worth Texas
Praject: North oinle SurFace Elevation:
StarE Date: 8/3/2019 End Date: 613I2019 West:
Ilrilling Method: G4NTINU�US FLIGHT AUG�R North:
liammer Drop (Ihs 1 inj: 'f40134
� GROUNb WATER Q65�RVATIONS m` �� = o N rn� � � � ' a
f��NE � o u�,� `m t�� �.� 'u� m � � � o
,� � �'On Rods (ft): F' �❑ �� a�e d -a.c �N� � e�.+ e "1 u � =
�? oRY °� nCi �o �� �'rn �a� �o. � a � °'
t :c �Affer �rilling (ft); n. oa �� o o ,��—, c�N A—� V 'a �in 3
a
aai � `�Afler� Hours (ft): � a�i U� 0. C �� o o� a� � a � tq
a � - cn � �c� � ?� z � � a
MATERlAL R�SCRIP710�1
Brown CLAY with limestone 4ragmenls � 2 7� 25 64 22 42
1.Q
Tan LIM�STONE with clay seams and layers 1001
� 0.75"
5
100I p
0.75��
6A
TEST BORING TERMINATED AT 6 FT
10
95
� � � � � �� � � � � � � � SDSB Brush Cr•eekRd. BOR�NC� fi�Q,: � 2'�
� Fo�•t Y1Forth, Texas 76719
Phone:817-496-560� eat 0
Fax: 817-496-5608 ��� J�CT �0.: W.� 9�$��
{�' �f � R � j 7' (y � � � � � � � � iuwtiv.�rlphalesling.cona
CJient: Lennar Homes of 7exas - Iruinq Lo�ation: Fort Wo.rth, Texas
Project: Northpoinfe SurFace Elevakian:
Start Date: 61312fl19 End Date: 6/3/2019 �
West:
�rilling Method: CDN7INUOUS FI.IGHT AUGER Narth:
Hammer prop (�bs ! inj: 'f40/30
� o GROUND WATEF2 OBSERVAiIONS -a�� N E� v r � x
� J a , .
� 4� Qn Rods (ft): NOf�E ��, � y `w U� c'.� a� n�i E � c �
� d O N+' '(n � C J � 4
� �Ai#er Drilling (T#)' DRY m u� 3 x a� a.= � _
a a Q o� � o o� � o� m o �,� a -t� � �' �r
o �° '�rAfter� Hours (ft): � �� �� a � � � aw p~~ � a, �� �' 3
c� in � �� c ��' Z � � J � a cn
MATERIAL pESCRIPTIQN � a � �
B�own CLAY with limesfone fragments
2.25 29 62 23 39
1.0
7an LIM�STONE with clay seams and layers
100(
� 0.5'
1001
'10 0,75��
�
12.0
Gray LIh/�S70NE wvith shale seams
10��!
95 15.Q �
TEST BOF�iNG TERMINATED AT 15 FT
SOS&BrushCxeekRd. B�R{NCs IVO,: 122
A � � � � �� � � � � � � � For1 Worth, Te�cas 7b119 eet o
� Phons: 817-496-5¢00
Fax: 817-49G-56Q8 ��Q�J�CT �Q.; W� 90839
IIIC W��� I T A�, ��4 � G I W S »vtiy�alpharestrng.con:
Client: L.ennar Homes oi �'exas - lrvin L.ocation: Fort Workh, Texas _
Prnject: Norkh ointe Surface Elevation:
Start Date: �13E2d�� �nd �ate: 6I3l2fl'i9 West:
IIrilfing Method: CON7jNUDUS FLIGHT AUG�R North:
Hammer Drop {1bs 1 in}: 1'�� 130
� GROUND WA7ER a6SERVATIONS a a �'� y o�' �°� -� C � a
a �
m o NO[dE >' � � c�� � °� � �a � � � d
� 1 _�_On Rods (ft): H �p $ 3 Y ar -ot ��+� �� G � -� .�
� � � �s � �
.� � �After Drilling (ft): DRY Q�� o� a o �� p„N a¢ U a en � 3
o ° 7After� Hours (ft): � � �" � �� ° a � � ,� � m `�
c� � �n � � 0. � z � � � n.
a
fNAT�RIAL �ESCFtiPTION
Brown CLAY '
3 29 74 23 51 fl.3
1.0
Tan LiMESTONE with clay seams and layers 1 b4f
. 2��
5
1a� � 7
6.0
TES7 80R1NG TERMINATE� AT 6 F7
1❑
�
15
� � � � � �� � � � � � � � 5058Bt•ushCreekRd. BORIIVCs NO.: `�2.�
� Forr War1h, Texas 7CI19 5 eet 1 0
Phone; B17-496-5Ga0
Fibr: 817-496-5608 ��O�JEC�' ��.: W'� 90$�9
!N !� L� � ti I T W�. I� ���i 1 N S tiUtiuzv,alphatesting.com
Client: Lennar Homes of Texas - Irvin Location: Fort Worth Texas
Project: North ointE SurFac� Elevation:
Start Date: 6C712019 End Date: 6/7/2099
West:
Dri[ling Methad: C�NTINUOUS FLIGHT' AUGER North:
Hammer Drop (�bs 1 inj: 14D J 30
d, GROUN� WATER 08SERVAI'IONS � zi � N� � r � x
w o e. ;� u�,c "� v�i o�� rn ' . m
»� � 1L�n Rods (flf): �2 ��, o �,w`_ U� �°' 'a� n �E � � p
� � �Affer []rifling (ft): 92 � �p' m � cxi °� a�i� ya � o � � � =
a. a o, o� �, o o c m � o �`� � a U o-�
o �° �After_ Hours (ft}: � � ti� ��- c � a`� o~ �. '� .m •�, rn
� � � C C U Ui �� C ..+ J �„ fl7
�� a � Z � � a.
MATERIAL b�SCRfP71pN
II I Brown CLAY
I�I � �.J �7
!II
�I I
� I I I 3,75 2�
I���
I�II -withsandfrom4ftto6ft
5 II I
f�f �4.5 ,6 4, 2a 29 �.a
I II
����I
� I � 4.25 26
I I
�.a
Tan LIMESTONE with clay seams and layers
14
12�
11.Q
7an and Gray SHALY CLAY
�
�}.5+ 2.1 94 24
15 'f 5, 0
TEST BOF2ING TEFifNINATEd AT 15 F7
5058 Brush CreekRd. BORIIVCs {�0.: � 2�
A���jj ��� ��� i��� Fori Wordh, Texas 76119 S eet o 1
�j � �1 Phane: 8l7-496-ShUO �
Fax: 817-49G-5608 ��pJ�CT {VO.: W190839
{�P b��� I i. i� L L �� G � P1 S �viv�v.aiphatesting:sam
Client: l.ennar Flomes of 7exas - Irvin Location: Fort Worth 7exas
Project: iVorlh ointe SurFace Ele�atian:
Start Date;
6119120�9 �nd Date: fi11912019 West:
prilling Method: CON7INUOUS FLIGHT AUGER North:
Hainmer �rop (Ibs I inJ: 444 ! 3�
� a »., ;
� GROLfND WA7ER OBSERVATIONS Q Q �� y o� �7 m � :� �
Ga o 3 n, `y U� c.� 'm � �� � c o
,� � �_fln Rods (ft): I— Z'� `a � Y � -ar ��� �� c � � �
� g g' �Ci �o �E °1rn �u� �a � r' U � m
� :c YAiter Rrilking (ft}; � �
� � O� Q � �N �� U
Q TAfter� Hours (ft): �� X c a c �cn ' z'� m J a � �
� , �a a � � �
MAT�RIAL DESCRIPTION
� I Brown CLAY � ;
I�II z 21 39 18 21 0.0
II I�
1 I� - with limestona fragments from 2�t fo 3 ft
�+ ` 2.25 21
� 3.0
Tan LIMES70N� wiih clay seams and layers
9 D4!
2,75"
8
�
100!
0.75��
10 10.d _
T�ST BORING 7ERMINATE� Ai 14 FT
15
� � � � �'� �5 � � � � � � 5058BrtrshCreekRd. BORINC9 NO.; �2�J
Fof�t Warih, 7'exas 76119 eet 1 0
� Phone: 817-99b-3600
r�: s1�-49a-saoa pROJ�CY NO.: W190839
W F� � 1� E I i' G6 �� �� 0 I E� .$ wwtiv.alphaieslrng.eom
Client: Lennar Homes o# Texas - lrr�in Locatian: Farf Wnrth4Texas
Proje�t: Narth ointe Surfaee Elev'ation;
StarE Date: 61������9 Ered �ate: 6/10/2019
West:
Drilling Methad; CONTliVUOUS FLIGHTAUGER North:
Hammer Drop (Ihs ! in): 140130
� GROUND WAT�R OBSERVATIOEVS � o v;c y�� v,� � x
a� o a o cA " o � rn - �-• . a�
°�' -' �i On Rads (ft): NONE � z, ..� � U� c� 'm � �� E `� o
� � �After Drilling (ft}: DRY � o� � � cYi o � � �ov Z,Q o .�.v v U �
q � 7After` Haurs (ft): � � � c a � Q � `o ��" � J m •� u�i
fn �y c o�i]� Z � +�� 0, a
0. a � 7
MATERIAL ��SCRIPTfON
Light Brown CLAY !
4, 25 17
2.Q
I I Tan CLAY
�II� �4.25 97
I� I�
I�I
5 If I
I� I I 4.5+ 14
I 6,0
� I Tan and Gray SHALY CI.AY
II 4 18 49 19 30 O.fl
II� I
Ijl
Iflf 4.5+ �7
10 II' �
( I�I .
I I 11,4
Gray LIMESTONE with shale seams
1001
� 5 � �, D 0.75"
T�S7 BDRfNG TERi1AINA7Ea AT i5 FT
5058 Bntsh G•eekRd. BQ��N(y NO.: 126
�� � � � � �{ � � Forr Warth, 7'exas 76119 �• heet 1 0
A � �' �I �r � �� Phone.' 817-996-5600
Far: 817-49b-5608 ��Q,J�C� �Q.: W190839
� � � � � N � � ` ! � � � l � � �v�u.aTphatesting.com
Cl�ent: Lennar Fiames af Texas - Irvin Location: Fort Worth, Texas _
Project: North ointe Surtace Elevation:
Start Date: 6I512018 �nd Date: 8/5/2419 West:
Urilling Nfethod: CQNTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs! inj: ��40130
� Q. �, o
� a GROUNd WATER OBS�RVATIONS T o �� � o � �� � � ;� •� � a
w � 'On Rads (fty: NONE �, �,o a � � a; c�� .�� �� � � � _
o a�r m 'e a� a-ai � m o � a � �
� r �After Drilling {ft); DRY � o� �� o o � m ao Z'a U � � n � 3
n
� � `/Afller_ Hours (ft): ro m �`" °' m ��' a o �V � � `� m �
n � u� a �a a�c� Z� � a 0.
MA7ERIA� D�SCRIPTION
7an CLAY �
2.25 19
3.25 19
� 4 21
6,0
Tan and Gray SHALY CLAY
4.5f 21 77 25 52 0.4
8.0
Tan La�lESTONE with clay seams and layers
104f
4.25"
10 i0.�
TEST BpRING TERMINATE� AT 10 Ff '
15
3058BrushCreekRd, BORIR�C9 NO.e 927
� � � � � �� � �n � � I � � For1 Worth, Texas 76119 �neet 4 1
�a Ahone: 817-�'9b-5600
Fax: 817-996-5608 �ROJ�Ci NO.: W190$39
W F�' � R� I i' A�, � B E�i f N 5 �v,o,v.alphartestrrtg.com
Client: Lennar Homes of Texas - irvin l.acation: Fort Wor#h T�xas
Aroject:. Narlh ointe Surface Ele�ation.
Start Date: ��'�'��2�'�9 End Date: 6/11f2019 West:
�riffing Method: CONTINUOUS FL�GHT AUGER North:
Hammer Arop (16s ! in]: 140130
m GROUND W?iTER bBSERVATIOiV$ y ti.� „�y_, � �� ' x
GJ O a a (q � `� �+p pl 7 � c • � '�o
°i � _]cOn Rods (ft); 5 I�' �,p $ � y � U� ,�� 'a, � E � c o
� � �Aftar Drllling (ft): 8 � �CJ � a � E � rn ma � `�' o v � � `-'
a a - Q. o�, c� o a � � o Z n� V . • •� a�
o �' JAfter_ Hours (ft): �� v a� ��, acv o1- � tr � 3
�` �j IL � c � cn ' 6'c °' -� a. � cn
� (/) �G � � � z � � �
F-
MATERIAL pESCF2fPTlON •
IBrown CLAY �
I�I 2.75 i9 36 18 18 0.0
�I �I
� I I - with limeston� fragtnents from 2 ft tn 4 ti
�f� � ,�
����
�.o
7an LIMESTO�I� witn clay searrts and layers 1Q01
5 1I ' 0.75"
�
10�0/
10
11.0
Cray LIMESTONE with shale seams �
12��1
15 9 3.0
TEST BORING TEFtMINATE� AT 15 FT
5058 &�ush Creek Rd. BOR] j�[(y' MO.: � 28
1 Fort Warth, Texas 76119 get o
A L� � � A ��► � � � � � � � Phone: 817-496 5bD0
� � F�c: 817-49h-5608 �[�0`J�(;� �Q,: W'� �a$��
� � � � � � T � � � � � r � � � tvwiv.alphutesdrtg.com
Client: Lennar Homes of 7exas - Inrin Location;_ Fort Worfh, Texas _
Project: North ointe S�rface Ele�ation:
Start �ate: �l1112019 End Date; 511112Q19 West:
I7rill9ng Methad: CONSlNUOUS FLIGHT RLIGER North:
Hammer Drop (Ibs 1 in}: �44 ��fl
GRC)UNp WATER bBS�RVATIONS n� �•� � E� } �, � � �
rn � T 4 �� m U� c•n' �� � � � � a
� � 'On ROdS (ft): NONE F- �O o'" a� i .o� '�+� �� c � � �
.?� y
� DRY °� iCi � o � � °1 rn �a� 2� ."n. ° � .� .� a�
Q � �After orilling (ft): ��a a.�, � o �� �N a" � v- a u cn
o � �After^ Hours (ft): � � � � c ��n °�Z •� � � a a
� � a a. � � �
MATERIAL RESCRIP710N
II Brown CLAY with lirnestona fragments
����
I� 4,5t 14 41 21 20 0,4
� I� 2.fl
Tan LIM�STdNE with clay seams and layers
�na
o.��„
�
� �ao�
0.7���
90 �0.0
T�ST 80RlNG TERMINAT�Q�AT 10 FT
i
15
� � � � � �� � E � ,� � N G SOSBBrtrshCreekRd. �OR�NG �Q,; ,�2�
� Fart Worth, Texas 76119
Phone: 81T-49b-5600 heet 1 0
�'ar: 81�-496-s�°a PROJ�CT NO.: W19Q839
4Y F: � fi E 1� A�� ��� I N� w�v�v.rrlphadesnng.corrr
Ciient: Lennar Homes flf 7exas - Irvin f�ocation: Fart Worth Texas
PraJect: North ointe SurFaae Elevation:
Start Uate: 6I1112019 End Date: 6/11/2019
West:
qrilling Method: CONTINUOUS FLIGHT AUG�R IVorth:
Hammer Drop {Ibs 1 in}: 14� /30
�„ GRO�ND WATER OBSERVATIONS �, a?� N� �, � a x
Ql O R o `"' p� y aS " r 61
°�-' � \/On Rods (ft): NONE � Z,o o y ��, U� :�� v E � = o
� a �After Drlll'Itlg (ft}: DRY m�U, y 3 x ai �� y _
a a �'o aE crn mo Z'a d -o � �' `m
q � LAfter„� Haurs (ft}: ��� �j8 a° �� a-c� p�' v 'u�.. �� � 3
N UJ
co � � � a j u� � � � � -J A" ' a
MA7ERIAL pESCR1PTIQN
Brown CLAY with limesfone fragments
7
7.0
`T'an LIMrSTONE wifh clay seams and layers
1001
5 4.25"
100/
10 2.25"
11.Q
Cray LIMESTONE with shaie seams
1001
1� 75.0 0.75��
TEST 80RING TERMfNA7ED AT 15 FT
5058Bf•ushCreekRd. �OR[NG NO.' �{30
� � � � � �� � � � � � � � Fort Worrh, Texas 7G119 eet o
�� . Phone:817-49G-5600
Fax: 817-496-SG08 p�OJI�Ci iVD.. W19Q839
{fi� H E i� � l 1' � L L ���i I P� 5 �v�vw.alphatesting.com
Cfient: Lennar Homes df 7exas - frvin Location: Fort Worth 7exas
Project: North ointe Surface �levation:
S#art Date: 611 1120 1 9 End pate: 6111I2019 West:
�rilling Method: CONTWUOUS FLIGH7 AUG�R North:
Hammer Drap (Ihs 1 in}; 140130
� d�
GI20UlVD WATER OBS�RVATIONS d � � � E� � a, � �. -� �
,,, rn � a o t� `" o m rn y� � c � � o
� � _...'.On Rods (ftj: �dONE F�'- �❑ o � � a"rai -�o.c �� �� e � -� =
� � �After Drifling (ft): �RY � 7� � o Q o c� ao Z'a � � y � �
Q p A 4= N 0
� � �_ Sl.,�, N i7' f0
�After_ Haurs (ft): �� v� c �� o o � � � a, ro �
❑ � tn � �Ga � � Z � � a
�
NfA7�RiAL DESCRII'TION
� Brown CLAY with limestana fragments : 4,�+ 90 41 20 21
III�
I�`I� � 2.0 `
7an LIMESTONE with clay seams and layers
1�05 {
5
, 1 Q01
0.75"
10 1 Q.0
TEST BDRING TERMINATED AT '[0 FT
15
� � � � � �� � � � � � � � 5058 8rush Cr•eekRd.. BORING IVO,: � 3�
For1 Worth, Texas 75119
� Phone:817-496-560D heat o
F'ax: 817-416-56a8 PROJ�Ci' AIO.: W� 90839
1� b��� j T' /� � L Fi �� I� e� lawsv,plphalesirng,cpm
Cfient: Lennar Hornes af Texas - Irvin Location; FaK Worth, 7exas
Projeck: Northnointe Surface �levatian:
Start Date: 61�120'�9 End �ate: 6/5/2019
West:
Drilling Method: CONTINUdUS FLlGHT AUG�R North:
Hammer Drap (Ibs! inj: 144130
a, GROUND WATER OBSERVA710NS -o.G �� �= o x
m o Q o cA L oN �� � ' � '
.a? J \1pnRodS(ft): NONE T �� � U c.� 'm � • . '� a.
� � � � � �� Y m a.c 'vr u7 � E � � a
� � �After DI'lfing (ft): DRY n nC7 � o a � � � �o �,� o � � � �
o `� ',After_ Houfs (ft}: E v� �j� a- n c a�i a`� Q`. U s rn y cn
� �n � X� = c�in ' Z 'c � � a cc
I; a � � � a
MATERIAL bESCRIPTION
erown CLAY
3•25 33 74 24 �J
2,0
Tan LIh�ESTONE with clay seams and layers 3
12� 11
� ��/
1001
q p 3.25"
13.0
Gray LIM�STONE wiCh shale seams
1001
15 15.0 1.25��
TES7 BOR�NG T�F2MINATED AT 15 F-f'
5058Br�rshCreekRd �ORIN� WO.: 'l32
� � � � � �� � � � � � � � Forr Worth, Tearns 7b119 eet 1 a
� Pho�e: 817-�9L-580D
Fax: 817-496-5608 PROJ�CT WO.: W� 9Q�3�
� N, � � � 1 �. � � � � � � � � S 1Vwiu.alphatesiir�g.corr�
Cllent: Lennar Hames of 7exas - Irvinq _ Location: Fo►t Worth Texas
Project: Norlh oinle Surface �ler+ation:
Start Date: �»d�zpig �nd [late: 6110I20'i9 West;
Drilling Method: CONTINUOLIS FLIGHT AUCER North:
Harnmer Drap (16s! in): 140130
2 � Q •' � x
GROUND WAT�R OBSERVATIONS �, e �'- V o N �7 �, � „_,
a��i � Y'_On Rods (ft): NONE � Z, o w ��r U� ,� �� m � � � o
U Qy0 3 x fU "O�'. N � C -� U .,�^'
W r �.After Drilling (ft): DRY Q o� �� o Q C� ao �'a �° � �y c� 3
a o q.� � L 4- t�t p"
w � ,]After Ho�rs (ft); � � v a� �.� a o • °' � a � N
� c� u� � �C a�. a$N z� � a
�
MAT�RIAL DE5CR1Pi14iV
Brown CLAY
4.5+ 18 51 19 32 0.3
2.0
Tan L[MESTONE with ciay seams and layers
100!
�.75��
5
t
1'Q41
0:5��
90 10.tl
i�ST BDRING 7ERMINATEO AT 1� FT i
15
SQ38BrushCreekRd, g0R[NG NO.: 133
� � � �� � �� � � � � � � � Far! F/arth, Texus 7611.9 heef 1 �f
� �� Phvne:817-q96-S600
� Fax: 817-495-5608 pROJECT NO.: W���$3g
1}� � ¢ � � � r � � � � � � � p� � w�viv.alpJiales(ing.com
Client: Lennar Homes of Texas - lrvin Location: Fort Worth. Texas
Projeck: NorthpoinEe SurFace Elevation:
Start pate: �1412019 End Date; 6/4/2019
West.
Drilling Methad: CdNTINUOUS FLIGHT AUGE�i Narth:
Hammer Drop (!bs ! 1nj:
�, GROUND WATER O.BSERVATIONS �. -a.0 � � � ,c �
.° � ,�'_On Rads (ft); NaN� � �, o� �� cj � c,� •m � •� •� b o
a � �After Drifling (ft}: DRY � y� C� o o � C �oo �,� o b c? .� �
� �° 7After,� Hours (ftJ: � � �j�- � � c � aN �`J v � u 'N ui
� �" °� o � � o "' ::
u� � � � c "cn z .� `0 � a a
MATERIAL D�SCI�IPTI4N
�- a � �
Brawn ClAY
4."L5 23
�.5+ 19 59 24 39 fl.3
4.0
Tan CI.AY
5 I�II� 4.5 17
�Iljl
�II�II
����I
I� 4.25 1.4 116 15
4
�IIII
�II�I
� i f I I 3.25 22
i0 �Ij�� .
�I ����
�I��� .
��II�
I��I�
i��l�
I`li� 4 19
15 � I " 15.0
T�57 BORING TERMINA7ED AT 15 FT
5058Br�ushCreekRd. �O�ING 1�lO.: 134
� � � � � ��;• � � � �' � � Fort Wardh, T�as 76119 heet 9 a
� Phone: 877-44h-Sb00
Fax: 817-996-5608 �ROJECT NO.: W190839
1dIE Ft1 � i� � � i l� t L �� Li I N� ti�vtiv.alphatestirtg.com
Client: Lennar Homes of Texas - Irving Location: Fort WorEh, Texas
Project: No�[hpoinle Sur�ace Elevat[on:
Start Date:
61412Q19 End Date: 61412U19 W��:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs ! fn]:
� a o
GROUND WATER OBSERVRTION5 m �•e ��� °' r - axi
rn Q. o cA� w` U.�-`�'.. ��' �a Y � � � a
„�'m_. � On Rads (fl): iVONE ��' Z,� o �n w-- '�t� ��. � :� ,�
t� a� �°� � w m � r� �`
� t yAfter Drilling {ft): DRY Q�� �� v� �� aap �`a. �j � .N � 3
E a n ° �c ac.� ❑
o � �After_ Hours (ft): m � � c � c �in � � 'c '" � � ° �
c7 cn �G � 0.? z� � a
MA7ERIAL �ESCRlPTION
Brown CI.AY j
2.25 33
2.0
{ I Tan CLAY
`�II1
� 3 22
����I
NI �
� �� I 3,5 16 37 16 21 0.3
�III1
I�' I - with limestone fragments from 6 ft to 10 ft
I� � I 4.5� 14
��III1
I�l
I �I� 3.5 2b 0.4
�
iQ I I 10.0
7�ST BORIt�G TERMINAT�D AT i0 F'7
15
SQSBBneshCreekRd gp��NG NO.: 135
� ` � � � � � � � � � � � Fart Id�orrk, Texas i6119 5heet o
Phone: 817-4�6-5600
Fax: 817-496-5608 PROJ�CT N�.: W190839
� H � � � � � �p L � � � � � � S tiv�viu.elph�resNng.com
Client: Lennar Homes of Texas - fruin L.oeation: Fort Warth, Texas
Praject: North oinfe SurFace Ele�ation:
Start Date; 614I2019 E�� D�t�: &1412p18 West:
Drilling Method: CONTINUOUS FI.IGHT AUGER North:
Mammer Drap (fbs ! in): 'E40130
� , GR�UND WATER OBSERVA710N5 � ro.� � E �.0 � x
a o cn o v�i rn? � ' . . a�
.Q � _�IOr1 Rads (ft); NONE ��, Q y �� U� ,G� 'm a��i F � c o
w � ,AfterQrilling (ft): DRY n �CY � 4 Q E v � �o �,� o � � � —
0 � F�After_ Hours (ft): ro a`�i� U� R' � �� �N ❑v � a- ro � �
N �
:1] � � � i c� u) ' � C � -i d i°
a a � � � °-
MAT�RIAL DESCRIPTION
Bro�nrn CLAY
3,5 2a 61 23 38
1.0
Tan LIMESTON� with clay seams and layars -�
14A!
5
'I OQI
10 3.i5"
91,0
Gray LIMESTDN� with shale seams
1 QQ!
15 15.0 �.75„
7EST BORf�G i�RMINATED AT 15 F`f
50S8B��rshCreekRd. ����[�(y NO.: ��6
� , � � � � �� � � � � � � � Forr Wor�h, TeaQs 76119 eet o
� Phone: 817-49G-3dQ0
Fux; BI7-49G-5608 p�p,��CT NO.: W190839
� E'� ��� I 7 1L �L ����i I F� S 1�d}v.alpha[esting.com
Client: Lennar Homes of iexas - Irvin Lacatlon: Fort Worth Texas
project: North ointe Surface �levatlon:
StartDate: ���12q1� �ndDate. 6l412019 West:
Drflling Method: CON7lNU0US FLIGHT AUGER Norkh:
Hammer Drop (Ibs ! in): 140130
Gf20UND WA7�R OBSERVATIONS y o.� � '�'� o� �¢, p � , axi
m o' a �� af U.�'N. c.� v � � c �
,� � _'Qn Rods (ft); NONE � z.� o �, v.,.. ,�u� '�S-' }. _J _.J Q.
� � }� �c N. 'P r y � �
w :c �After Drilling (ft): �RY ?' �CJ � o o E � rn sno �a � � � � °'
� Q a �� o� d o �� ac� �" U �' �c � uy
� �° 7After� Hau�s (ft): �� V" d �� o o � � � a
C7 - cn �G a a� z� � a
MATERIAL DESCRIPTIOt�
Brown CLAY
3 32 76 24 52
1.0
Tan LIM�STONE with alay seams and layers 100(
�.5'
5
1001 g
'[ .25��
6.0
TES7 BORING TERMINAT�D AS 6 FT
10
15
� � � � � �� � � � � � � � So58�rushC��eekxd. BORfNG f�l0.: �37
� Farr Wurrh, Te�s 96119 Sheet o 1
Phone: 817-996-5604
Fax: 8I7-996-5GD8 PROJECT' NO.: W190839
�f � L � F 1 Y �p � � � � � � � � iu�v�v.alpharesnng.cona
Client; Lenttar Homes of Texas - Irvin Location: Fort Worth Texas
Prajeck: North oinke S�rface �fe�ation:
Start pafe: 6l�12019 g�� pafe: 6I4/2015
west:
Qrilling Method: CQNTINUOUS FLIGHT AUCER Nn��:
Hammer Qrap {Ibs 1 in): 140130
a, GROUND WATEF2 OBSERVATIONS �, o �� N� �, t � x
a� o a o (n ,_, a r�n ' oy � oi - . . a�
°�' U ',10n Rods (ft); NQNE � �, o y � m c)� ,c� � � E � c a
� � �Ahef Drllill1g (ft): bRY 4� QU' � o a E � rn m� ��.a o v � :�' �
a � jAfter� Ho�rs (ft): � �� �j� a � o �, °\o-cv a" � �, � u 3
tn � � a c � I'n �� @ � a, a u�
MATERIAL C]ESCRIPTfON a � ''
Brawn CLAY with limesiane fragments
15 65 23 42
i.Q
Tan LIMESTONE with clay seams and layers .
1001
� 0.75"
� 1001
90 Q.75��
9 2.0
Gray LIHAESTONE wi;h shale seams
1 �0!
15 'i 5.0
T�S7 BORl�1G TERMlNATED AT 15 FT
5058Bru.shCreekRd. BOR�NCs N�.: 13$
� � � � � �� � � � � � � � Fart Worth, Texas 7b119 eet a
� Phone: 817-49G-5600
.��: �1� �9�-ssos PROJECY NO.: W190$39
U4� F� � Fi � I�' A L L �� G I W S 1v�viv.alphatestrng.com
Client: Lennar Homes af i�xas - lrvin Location: Forl Worth Texas
Prolect: Northpointe Sur�ace Elevatian:
Start 1]ate: 6I5I2019 �nd flaie: 6I512019 West:
Drilling Method: CONTINUOUS FLIGH7 AUG�R North:
Nammer Drop {Ibs 1 in): �40130
GROUND WATER OBSEF2VATIONS � �.� N�� � a, ' ... ax,
� � o , .
�� .«. m U'�, c��' '� a��i � � c o
w � 'On Rads (ft); NONE � �.o o � �,.. •N� �� J � =
U
� � � a .
t �After [J�Illing (ft): DRY Q �� �� ° o � � ao �'o" � � rn � �
a
m � `;jAfter Hours (ft); � m U" °' � � �' Q `V ❑ u, � `0 •�' u�
❑ try ul � �0. a K� Z � � � °" �
�
MR7�.F21AL Q�SCRiPTION
Brown CLAY
3.75 2p 63 23 40
1.0
Tan LIMESTONE with clay seams and layers 1001
4"
�
5
1001 i0
1„
6.0
TESi BORING TERMINATED A7 6 FT
10
15
sos� Bt•��sh �r•eek Rd. BDRf Id G NO.: 139
� � � � � �� � � � � � �l � Fof•1 Warrh, Tesas 76119 S eet o
� Ahane:817-496-5600
x' c r x: 8 1 7- 9 9 6- 5 6 U 8 ��OJL�CT NO.: W� 9�839
� � � � � � �� � L �. � � � , � � iewiv.alphalesting.com
Client: __ �ennar Hom�s af Texas - Irvinq , Lacation: Fart Worth, Texas __
Project: �forthpointe SurFeca �levation;
Start Date: 615/2Q19 �nd �ate: fi/5120'[9 West:
drilling ilAethod: CONTINUOUS FLIGHT AUGER Horth:
Hammer Drap (Ibs 1 inj: '�a� � 30
�, Gfi'OUND WATER OBSERVATIONS � v�' L N� �.c � x
�
Q1 O d o VJ v O y � 7 m C ' ' '8
� � `�On Rads (ftj: NONE � �,n a � � w U�. ,�� 'm �, E � c Q
w � �Aftel' D�llling (fl}: DRY a aCJ � o o� �� �� Z,a o � � ;�` �
m �" �a o.o a o'� � aN ❑" U � ;� •� �
0 �° �After_ HaurS (ft): �� U � o v � � a c� y �
c7 � � � �� a �� z � � � � a
MA7ERIA� QESCRiPTION �
Brown CI�AY �
2.5 28 68 22 46
2.fl
Tan LIM�S70NE with clay seams and layers
9 44!
� 1.25"
1001
10 . Q,75"
11.0
C�ray LIM�S7bNE with shale seams
�
1001
15 15,0 1.5"
T�ST BORING TERMINATED AT 15 F7
S058BriushCreekRd. BOR��(� NO.: 140
A � � � � �� � � � � � � � F'ort YFort&, Texas 7b119 Sheet 9 0
� Phone: 87 7-4A6-5dU0
F'ax: 8�7-49�-5608 p�OJ�C� iVO.: W190839
b'id F'il � ii � I�' 11 L� ��� � N S �vtiwv.alphatestrng.cons
Client: Lennar Homes of 7exas - Ir+rinq Location: F'ort Worth, Texas
Praject: iVorthpointe SurFace Elevation:
Start Date: 611012Q19 �nd Date: 6liQ�2019 Wesk:
Drilling Method: CONTINUOUS FLIGHT AUGER NoYth:
Hammer Drap (Ibs ! in): 140130
GROUND WA�ER OBSERVAiIONS v �.� N�� � o, � � axi
u o NONE � ` � �`� m U'� �°� �m ..��, E � � ;e
,m � On Rads {ft): � �'o �� °' aa �.c '�N ��, c � --' ;
G] ' y N � (U "" Q O -p U �'
.� :c �Afier [7rllling (ft); DRY a�� O� 0. 0 � m�Q Z`t� U •� •N c� 3
Q � '
� `yAfter� Haurs (ft}: � � � c �, �u� ` o �V � J � � cn
a� �
cn cn �C �y a � z� � a
�
N1AT�RIAL DESCRIP7iQN
Brawn CLAY
4.5+ '! 7 53 21 32
- with Ifinestone fragments from 2 ft ta 3 fl
4.5+ i 9
3.0
Tan LIME5TONf wilh ciay seams and layers
100!
0.25"
5
1201
�p 1Q.0
TEST 80RING TERMINATED AT 10 FT
'i 5
�■¢ I��n 5d58BrushCt'eekRd. gORIN� NO.: 141
� � � � � � � � � ■ ' � � For1 Wor1h, Texas 76119 eet 9 of �
� Phone.� 817-496-56D0
F'ax: 8I7-?96-56d8 PROJLCi fVO.; W19Q$39
� bS f� �{ � � �' � � � � € G � � � ivtivtiv.�lphaiesirng.eona
Client: _ l.ennar Homes af Texas - Irving Loca#ion: Fort Worth, Texas
Project; North a.inte Surface Elevation: �
Start date: 615J,�0'19 End Date: 6/5/2079 W$sf:
drilling !fllethod: CONTINUOUS FLIGHT AUGER �torth:
Hammer Drap (lbs 1 inj: 140 ! 30
�, Q, GROUND WAT�R OBBERVATIONS � -a.� �� ay .c ' x
dl O O. a Cn `� O� p� 7 O1 • �
.�' —' `;°�n Rods (ft): NON� � �, �� a� U� c.� "m � � � a a'
L � �'After Drllfing (if}; bRY � 7C'1 m� cyi � a�i m�o ��i o � t� .�' '
a. a - a oCx �"' ao =� o�'a U • � m
v ;° �;:►After` Hours (ft): E� �j'Q a� � � a'N c�" L �- � 3
� � �� �a � �� e� � � � � a N
MATERIAL ��SCRIPTION
� j �
Brown CLAY
4 23 60 20 40 1.'!
2.0
Tan LIMESTOfVE with clay seams and layers 100/
3.25" i'1
10Q1
� 2.25,�
1 QO!
1 Q 2.25��
,
� � 15.0
25�
7'ES7 BORING TERMINAiEb AT 15 FT
� � � � � �� � � � � � � � 5D58 Brush CreekRd �����(�+ �Q.: 142
� Fa•t Worth, Texas 7b119 eet 0 1
Pho�ze: 817-496-58UD
Fax: 817-496-SG08 PROJI�Ci PlO.: W190839
� � � � � � � � � � � � � � � � wwiv.alphatesfrng.eom
Client: Lennar Homes of Texas - Irwng Location:_ Farl Worth, Texas _
Project: Northpainte Surface E[e�atfon:
Start pate; ��'�'112019 End Dat�: 611 1 12 0 1 9 Wesi:
I]rilling Method: CONTINUOUS FtIGHT AUG�R North:
Hammer Drop {Ibs ! in]: 140130
GROU�ID WATER OBS�RVAiIONS �, �•� « Q L ° "
� a a ln � ay rnq�j � c � ' � ,
� J Qn Rads (ft): 8 �, N ay U� .�� � a; E � c �
U ~ �❑ �}r Y Ui "aL � C �
� :� �AfEer Drilling (ft): � a �� � � o a c � �o Z`g �j � N 'v �
a � TAfier Hours (fl}: � m C1� °" � o„��.,' o o � m J `tl � cn
a � � � �� � ��y � � � °" a
�
MATERIAL �ESCRIPTION
Brown CLAY
II j � � 4.5� 23
III
I� `II
i�ll 4.25 2,6 110 18
III�I
I �II
5 �� I�� 3.75 16 45 23 22 a.0
II��
6.0
I I 7an CIAY with limestone fragments
IIIII 15 29 15 14
�
��I�� '� s,a
Tan LIMESTONE with clay searns and layers
1001
0.75"
1 b '10.0
TEST BORING TERMINATED AT 1� FT
15
sosBB��sh Gr��ek,��1. gORINCq NQ.• 143
� � � � � �� � � � � � � � For�� War1}a, Texas 76I19 eet o
Phone: 817-49b-5600
Fa�: 817-99b-5fi08 pROJECi NO.: W'i 90839
�y �+ � � � I Y � � � � � � � � � www.alphatesting.eorn
Client: Lannar Homes of Texas - Irv_inq Locatlon:_ Port Worth, Texas
Project:__ _ f�l„n_rthpointe SurEace Elevation:
Start �ake: 6/11/2019 End Date: 611 1 12 0 1 9 West:
Drilling NEethod: CONTINUOUS FLIGHi AUG�R �p�h;
Hammer ➢rop (Ihs ! inJ: 140130
� GROUND WATER OSS�RVATIONS y 'q � h�� u� � � x
...a�. --�� �? On Rads ($): 3VdNE � Z, Q'K v m U� .c'� � � �E j c o.
U ❑ N _
� �'After Drillin ft : DRY —
4 Q _ .Q �� Q p� �� Vp � C R1 N p �.� O -p U �' QI
m N � ab a Q i«- � acV CS" C} ' y � 3
a � -jAfter_,� Nours (ft): ro� v� ���s o o g cv '�
= N N (n
"� �� a �cr� z ? � a' a
MATERIAL �ESCR]PTION �
Brawn CLAY with limestone fragments '
E
'I .0
7an LIMESiONE wilh clay seams and layers
1001
� 3.25��
1001
10
11.0
Cray LIMESTONE wiih shale seams
1 q01
i5 15,0
TEST B�RING TER�IAINAT�Q f11' 15 FT
5058Br'ushCreekRrf. BO���(y �Q�: 144
� � � � � ��� � � � � �{ � � Farl Worrh, Texas 76I19 heet 9 a
� 11 Phone: 817-49G-5600
Fax: 817-496-5G08 ��Q,��(',� j1�Q.: W190839
1N H� I� F�' I T G6 6 L� E f3 I F� 5 �viviv.alphatesding.coni
Client: Lennar Hames of Texas - Irving Lacation: Fort Warth, Texas
Pra3ect: North ointe 5urface Elevatian:
S�� p���: 6/11/2019 �nd Date; 611 112 01 9 West:
Drifling Method: CONTINUDUS FLIGHT AUG�R North:
Hamrner Drop (Ibs 1 inJ: ��4413�
� � a. o x
GROUND WATER 06SERVATIONS �, b. '�._ v E� y a, �; .� v
� � -
--°i On Rads (fk): IVOi�lE � �, o� � m U.�'`�.. ,c� 'm � E � c e
w U y _
� ❑ � Q1 TJ .c � r'r C �
t :c 'After Drilling �ft): DRY °i �� �� a e c � aQ Z'a � � •u � �
Q U
� � ' �A�ter, Hours (ft): � a`�i U" °' � o � ;e o �v m � a � �
"' � �a � �"� z � � 0.
MATERIAL �ESCRIPTIQN
Brown CLAY with limestone fragmenks ; I
4.5t 'i 2 53 ' 19 34
�
2.0
7an LIMESToNE with clay seams and layers
8 5�'
5
1Q5 �
10 1 a.0
TEST BORINC 1"ERNfiNATE� AT 10 FT
15
SD58BrstshCreskRa! gORING ND,• ��45
� � � � � �� � �¢ � � � � � Forr Wort1,, 7"exas 7b119 heet o
�1° Phane: 8I7-49b-560D
Faar: 817-496-5608 PROJ�Ci iVO.: W� 94839
1lV� k� C� E I 1' m E L ���i I H S w�vtiv.alphatesting.con�
Client: Lennar Homes of Texas - lrvin Locatian: Fort Warlh, Texas
project: North ointe Surtace �le�atian:
Start Dake: 611 012 0 1 9 End Daie: 611 012 0 1 9
West:
�rilling Method: GONT[NUOUS FLIGHT AUGER No��:
Hammer Drop (Ibs I in): �40/3D
� GROUND WA7ER OBSERVATIQNS �, o -a.5 N�� �, .� � x
� -- a a rn - . . a�
� � `; On Rods (ft): NONE � z, a N � u, c� � c� 'a� � � E � o
� :.� �After Qrllling (ft): DRY � �� m d � � � � �a ��i � � � =
a a - n � c� oa c� o Z'Q �j ° •� m
o � `�After_ Hours (ft); � � c°" � � � w �a n" � � ro 3
�� �
co � � � � $ cn � � � � � n. 4
MATERIAL. QESCRIPTION
d a � �
'' Brown CLAYEY GRRV�L
� A�
J.�-!
y�" 22 17
�1�`�
`'"�,' 2A
Tan LIMESTONE uvifh clay seam and layers
5 9 75"
1001
10 2•25��
� s.a
Gray LIMESTON� with shale seams
'100!
15 ��.0 1.25"
TEST BORING 1'�RMINATED AT 15 F7
SD58 Brush CreeliRd. BQR��(7 ��.: 146
� � � � � �� � � � � I � � Fort YYorch, Texas 76119 S heet o �
� Phone: 817-496-560D
F'ax: 817-496-5608 rpRO�J�C�' j��.: �� �Q$3Q
�dd 1� � FI F� I T A�� ��� � IW S �vivw.alphadesting.com
Client: Lennar Homes of Texas - Irvin Locat9on: Fart Worth, Texas
Project: North ointe SurFace �levation:
Stark Oate: 6l4120'�9 �nd �ate: 6l412019 West:
Drilling Method: C�NTINUOUS FI.IGHTAUGER Narth:
Hammer drop Slhs 1 inj: 14013Q
GROUND WA7ER OBSERVATIONS � a '��� y E� }� � , m
rn a. o �n � o�n a� y� c • � -a a
� � On Rads {fl): 5 h �p `0 3 y�a�i aL �� �� c � :� � °
u
� � 7After Dril{ing (ft): 5 d, }� c � o � c � �o �'a ° a � 'c�i �
LL o � a U � cn 3
aai � '�After Hours (ft}: m a`�s U� a� o� o N Qv y Q' � �in v�
�
❑ � — � � �a � ?� z ? � � a a
NiATERlAL DESCRIP710N
Braw� CLAY '
2.75 3t3
2.75 29 72 23 49 O.d
1001 3 27
5 Z 5A �.75'
Tan LIIVIE570NE with clay seams and layers
6.0
Gray LIMESTONE with shale seams
1fl0I
075"
� p 1.0.0
TEST BbRING T�RMlNATED A7 10 F'7
15
5058Br•iashCt�eekRd, BORING iVO.: 147
� � � � � �� �` � � j � � � Forr l�orth, Texas 76119 Sileet n
�� Phone: 817-49b-5600
��: al�-a�a-s6aa p�OJ�C�' NO.: W9 90$39
� We � � � � � � � � � � � � � S �vwa�.alphatestrng.com
Client: Lennar Homes of Texas - lrvin Location: �ort Worth, Texas
Project: North ointe SurFac� Ele�ation:
Skark Date: 6/4/2019 End date: 6/4l2019 y��.s�;
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs ! in};
G€�'OUND WAT�R aBSERVATIONS � � ..��, a �
at w� .� �� j� - � W axi
� � � On Rods (ft): N0�1� � z,Q o� �,a`; c°�u �� �, E �� c a
n a �After' drillll1g (R): DRY a aC7 � o o� �� �o �,� o � � �' �
� � - o� o� a o � � aN A'_' c� �� ;� `-' �
d �After� Hours ffl): � m U � C � � . � � � ��n u�
� N � �" C U UJ a � C � � � �
�� Q � � � � a
fNATERIAL D�SCFtIPTION
Brawn C�.,AY
2.75 27
1,75 2'f
4.0
Tan CLAY
� 2.25 97
1.75 17 0.0
- wiih ca[careous nodulas from 8 ft to 90 ft
' 2.75 25
10
4.5t 23 56 19 37 0,7
15 15.0
TEST BORING T�Ri411NATED AT 15 FT
5058BrtrshC+'eekRd. �O�Ii�G IVO.: �4s
� � � � � �� � � � � � � � For1 Warth, Texas 7b1I9
� Phone; 817-49G-5d00 eef a '{
Firs: 817-99b-Sb118 �ROJECT NO.; V11190839
64f Ei L� �� I T 14 L ��� G i�.� ww�v.alphatessing.cam
Client; Lennar Homes of Sexas - In+in Location: Fort Worlh Texas
p�oj��ti. Narth ointe Surface Ele�ation:
Start bate: 61A�12019 ��� p�re: 6/4/2419 West:
�rilling Method: CONTINUbUS FI.IGHT AUGER North:
Hammer tirop (Ibs ! in): 14U 13.0
� GROUND WATER OBS�RVATIO[�S � o �'� `� o N �� a, c �
� � On Rods {fl): 7 � �❑ a � ��a�+ v.� '��' � U � � J ` �
r r �AfteP Dr'llling {ft): DRY � nd � o Q E � rn m� �n � -� � � u�
� �- �' c� �' o � Ly ° ''_ � p- N ❑ U 6 � �m v�]
Q �° TAfter� Haurs (ft): m� �� � o� o o �� � � p„ m
C7 - tn �G � a � � z � � [i.
a
MATERIAL DESCRIP710N
; Brown CLAY
4.5 28
2.0
I � I Tan C�.AY
�I�, 1.5 22
�I1
1
5 I I I`� 2.75 13 34 16 18 �.0
I�`II
�III� 1 23
1 � � �.4
Tan LIMESTONE with clay seams and layers
�5��
10 i 0.0
T�ST BORING 7�F2M WATE� AT 10 Ff ,
15
SossBr:ishCreekxa. BORING N0.• 14S
� � � � � �� � �i � � � � � Far1 YT�or�h, Texas 76119 S eei 1 0
�wn Phone: 81 T-496-56d�
Fax: 817-496-.5b0$ p�OJECT NO.: W190839
ie� �� ii E I T!� L l. ��[a f Fi S ���utiV.alphatesdang.conr
Client: Lennar Homes of 7exas - Irving , Location:_ Fort Worth, Texas
Project: Northpointe Surface Efevation:
Star� paie: 6/4/2019 �nd pate: 6/4/2019 West:
Drilling Method: CONTINUDUS FL1GN"r AUGER North:
Hammer Drop {ihs ! inJ: 14Q 130
� GFtOUND WATER 48S�RVA710N5 v.� N� �� � x
o' � -
o +'
� v S VI1 R�C�S �it�. �QniE � �,� �� �� Car". �� � O7 � � C a
�� �After' brilling (ft); DRY � �C� � � o E � � �oo �,� o a � � �
� �Afler_ Nours (ft): � a�i� Cj� �� c m �c� ❑'-' � a ro � 3
� �
� � � �4 a �� � Z � � J a �
MA7�FilAL QESCRfPTION
8rown CLAY
1?5 29 68 23 45 0.5
2.0
Tan LIM�S70NE with clay s�ams and layers
1001
5
900!
14 'i.75��
11.0
Gray LIM�S70NE with shale seams
1001
�� �5.0
TEST BORING TERMlNATE❑ A715 F7
5058BrtrshGl•eekRd. BORINCC hlO.: 15�
A � � � � �� � � � � � � � Fot•t War•th, Texas 7G119 Sheel o
� Phone: 817-496-56a0
F4x.• 817-496-5408 P�Q�J�C� �Q.: W� 90839
� � � � � � � � � � � � � � � � tvwtv.alphatesting.com
Client: Lennar Hames of Texas - Irvin i.ocatian: �ort Worlh, Texas
Project: Narth ointe Surface �levation:
Start �ate: �«��019 �nd Date: 61512Q19 West:
Drilling Method: CONTINUOUS FLIGH7 A�GER North:
Hammer Dra{� (Ibs I in): 140130
� c� o
� GROiJND WATER OBSERVATIONS Q e �� � o N �� � � • '� � a
,��a � 'On ROds {ft): IdONE I?` 2� a h � a"�i �t N� �� c � --� � a
c�
� :c ]',After Drilling (ft): DRY a �� � Q a p � � �o �a � � 'N �y �
o .n �:- d t� ❑
a�'i � Afler Hours ft E a� c�`" a` ��' � � S° '� �
� � �. — ( }� � � � c a �. e z ._ � � a
�� a �� � � a
INAT�RIAL D�SCRIPTION
Brown CLAY j
3.75 30 75 25 5fl
'{ .0
Tan LEMESTONE with clay seams and layers 10U1
0.5'
5
10�01 p
6,�
TEST BOFiING TERMII�ATEa Ai 6 FT
10
• ,
�
i5
505813rushCreekRd. BORWG IVO.: '� rj'�
A � �i � � �� � � � � � � � Fort WortJi, Texas 7GI19 � S eet o 1
Phone: 817-99b-5600
F�: a1�-496-s6os PROJ�CT R1D.; W� 90839
� � � p � I �' � �, � � � G i � � 1n�nv.r�lphatestlreg.con:
Client: Lennar Homes of T�xas - Irvin l.ocation: Fort Worth Texas
ProJect: North ointe Su�face Elevation;
Start bata: 6/�/2019 End Da#e: E1a12099 West:
brilling Method: CO�fTINUOUS FLIGHT AUGER NorEh:
Hammer drop {lbs 1 in}: 140/34
�, � GROUN� WAT�R OBSERVATEdNS y �o.s � E� � r � x
W O d o (JJ � O� p19 41 ' . :-' O7
.� � \?On Rads (ft): NONE ��,o a� v� c� .5� �v � E � c o
� Q �After �rilling (ft): bFtY a oC'� �� a E c rn �o �`a � � J m
� o ,� �
� o c N U � � c� �
o `�.° IAfter` Hours {ft): � a"i c_i" 0.' ��' � �~ � � m y cn
� � � � � �� � o •e :' :� a, �n
�a � j Z � � a
MATER�AL D�SCfii�7lflN
Brown CLAY with limestone fragments
3.25 33 75 25 50
1.�
Tan LIMES TUNc with clay seams.a�d fayers -
10D1
� 0.5"
i00!
10 • 10.0 p.75'�
Gray LIMESTO�lE with shale seams
100/
15 95.g 0.75��
T�ST BORING TERMINATED AT 15 FT
5058BrushCreekRd. ������y �0�: ��2
� � � � � � � � � � I � � Fari YT�orrh; Texas 75119 eet 1 a
� Phone: &17-496-5600
Fax: 817-496-5608 ��D,J�C� f�Q,: IN190839
�d F� ��t � � T W�. l., ��� � l� S �vwtv.alphalesting.cnm
Client: Lennar Homes of Texas - Ir�in Location; Fort Worth, Taxas
Projec�: North ointe Surface �levation:
StarE Date: 6�6�Zfl�9 �nd Date: 6l612(J19 West:
Drilling Method: CONTWUOUS FLIGHT AUGER Narth:
Nammer Arop (tbs � inj: 'f40130
GROUNb WA7ER OBSERVATIONS � "� � � �� � � ' �
�
� � 'On RadS (ft): NON� � �.a Q "' m"�" �.c c � � " J � � �
� 'tA � � �,-. � J
� � �After Drilling (H}: DRY n �� o� o a � � aN a Q �j :� �N � �
� � '�Aft�:r Hours (ft): � � v � a c �in ' a '_ � � 0. � �
. �a � = z � � a
�
MATERIAL �ESCRIPTIOiV
Brawn CLAI� �
�s
�.o
Tan LIMESiONE with clay s�ams and Iayers 100!
4,25"
5
1001 � $
6,0
i .75„
TEST BOFiING TERMINATE� AT 6 FT
9D
�
�
15
5058Bi•1rshCt'eskRd. ��R���, �O„ ,���
p` p����� T E�� �� G Fort �aYrh, Texas 76119 heet 1 0
Phone: 817-496-56p0
Fax: 817-496-5608 PROJEC7' NO.: W19Q839
VN ii L� R E I T 14 i. l� ���ii ! N S zv�viv.�lphatesting,c.om
Cfient: Lennar Homes of TexaS - frvin �ocation: Forf Worth, Texas
Project: Narth oinie SurFace �Isvatfon;
Start pate: 6110I2019 Ertd Dat�: 61'i0/2Q19 West:
Drilling Metf�od: CONTINUOUS FLlGHT AUG�R N���;
Hammer Drap {I6s ! in.}: 140/3D
a, . GROUNQ WAiER 08SERVATIONS �, a� ��' �
m o a o cq � o� �� a� " . axi
� � `.:'. an Rads (ft}: NONE � Z,� o y � m U� c°' 'a� � �� E c p
-c � —
Ui �i Y 41 '6 L �7 f� � ._[ J
� m �Afler Dri�ling (ft); DRY Q �O' � a o � � rn `�o �a. a :� " �' m
o � �.Afier_ Nours (ft): � �� U� � � a� a o �� �, .� ro � cn
_ � �a a �� � j � a a
MAT�R�AL bESCRIPTION
Brown CLAY with limestone fra�ments
4.25 12
2.0
I� I Tan CLAY
II' a.25 13 33 1 B 17 0,'[
II
� I - with limestone fragments from 4 ft to 6 ft
� I� I f 3.5 13
I} II 6.0
Tan LIMESTONE with clay seam and layers
� aoi
�� 10.0 1.5" �
Gray LIiU1ESTON� with shale seams +
1 aQ!
15 15,0 i��
TEST BQRiiVG 7ERMINATED AT 95 FT
SOSSBrushCreek&d. gpRIR1G iVO.: 154
� � � � � �� � � � � � � � Fort Worth, Texas 76119 eet o 1
� Phone: 817-49b-5600
Fax: 8I7-496-5608 pROJ�Ci MO.: �i� g��3�
� � �: � � , T � 6 � � � � � � � iuiv7v.alplietesting.com
Client: Lennar Homes of 7exas - Irvin Location: Fart Worth 7exas
Praject: North .ointe Surface Elevation:
StarE Date: 615l2�19 �nd Date: 6I5I2019 West:
Drilling Method: CON7INUOUS FLIGHT AUG�R North:
Flammer �rop (Ibs 1 in): 'I4013�
GROUND WA7ER OBSERVATIOiVS m "S � '� E� � o, � :.- nxi
t. rn �. o c4 � ' o w rn� . c • � �a
NON� �• `m U�, c._ m � c � o
� � On Rods {ft): � �o o � Y � -�� 'u,�n �� � � � �
U �RY ?� �D' � o � E °1in c`nco �a o �y � � �
� :c �After �rilling {ft): Q a� o� o Q � G a,N ��. U 3 'y � 3
� � .
� "�After� Hours (ft): ro� c� a u� o.°�-'. o Q -- � � a � N
c7 - cn � m � �� z� � a
� a �� � �
MATERIAL DESCRIPTION
Brown CLAY
2.5 27
2.5 19
4.0
Tan and Gray CLAY with sand
5 3.75 13 58 20 38
6.0
Tan LIMESTONE +aifh clay seams and layers
1001
4.25"
14 9 0.4
T�ST BORING iERMINATED A� 6 FT
15
� � � � � �� � � � � � � � 5058Brush CreekRd. BOF�I�LC� NO.' '� rj�
� Part Worth, Texas 76119 � Sheet o
Phar�e: 817-496-ShOQ
Fax: 817-496-5G08 p�OJ�Ci N�.: W190839
4V V� E�� I T � L L ��� � Fi $ �v�viu.alplia�estrng.con�
Client: Lennar Hames of Texas - �rv€n Loeaiion:_ Fort Worth, 7exas
Project:_ Norfhpointe Surtace Ele�ation:
Start Date. 6111/2D99 End Date: 61i112019
W�st:
Drilling IVlethad: CONTlNUOUS FLIGHT AUGER �o�h:
Hammer Drop (fbs ! inj: 140130
� GRaUNb WATER OBSERV;4710NS v -o.� y�� y�, � x
� � 'On ROdS (ft}; ��, o� �� a.`� mm o' � . ra
.,- NOIV� T �� a`� U c._ � � E E c �
Q Q �After C�rilling (ff): DRY a o� c° a� � a' �o za ° :� " �' m
o � _pAfter_ Hours (ff}; ��� cj� a. a o� °�o-N p" � s � `-' 3
�� �
v� � � � � � u� � � � "' � `a n�f9.
MATERIAL �ESCR�PTION a 0. ? �
� I Brown CLAY wifh iimestone fragments
II� I 4,5a� 14 35 17 18
�I I2.0
7art L�MESTON� with clay seams and layers
1001
5 1.25"
100/
� 4 D.75��
11,a
Gray LIMESTON� with �hal�: seams
�0� 1
15 15.0
TEST BdRING TERi1AINATED AT 15 FT
� � � � � � � � � �' � � sQ5&BrushCreekRd. BOF�INC NO.: �56
� Fart Wor►h, Texas 78119 eet 1 of 1
Phrnie; 817-A96-5600
1�'vx: 81i-496-5608 ���J�C� [iJQ.: W1 g0839
WI Fi � R� I`f' W�!� ��� I PD S x'iviv.alphatesting.Con�
Client: Lennar Homes of Texas - Iruin Location: Fart Worth, Texas
Project: North ointe 5urtace Ele�atian:
StarkDate: 611D12019 �ndl]ate: �11012019 West:
Driliing Method: CON7INUOUS FLIGHT AUGER North:
Harnmer Drap (Ihs ! inj: 14D 130
� Gf20UNb WATER QBSERVATlOM$ a a �� � a� rn� � c ' `"" �
„°7w_ � _On Rads (ft): NdRfE � �,o a � � d? v� .NN � � � � 5 0
a� DRY °1 7O� � o �� m rn mo �' a � � ;�' d
' � _LAfter �rilling (ft): a. �� o.� � � w � acQ.i p �' v � '�+ ,`-' �
a� � �After Hours (ft): � a� U" � a� o `m a 16 '�' �
❑ � T � � �� a �N z � � J �- d
MATERIAL D�SCFtIPTiON
erown CLAY with limas#ane fragment�
` 4.5+ 9 a 34 'f 8 1 fi
�1 � '
z.o
Tan CLAY wiih limestone fragments
4.5+ 6
3.0
Tan LIMESTONE with clay seam and layers
'1 p0!
1.5"
5
9.0
Gray I,IMESTONE with shale seams ifl01
0.75" �
10 1 Q.0
7EST B�RING TEF2iNINATE� A7 '10 FT
15
5058BrushCreekRd BO�.iNG NO.: ���J7
� L � � � � � E � � � � G �art fro�arth, Tsxas 7G119 heet o
Phone; 817-496-.5600
��: al�-4v6-s6o8 PROJ�CT MO.: W190$39
W N� R� I T Fi !� L�� fa 1�I � wtivtiu.atphatesiing.corr�
Client: Lennar Homes of Texas - Irvin Location: Fort Worth, Texas
Project; Northpointe SurFace �levation: �
Start qate: 6I5/2099 End bate: ����2�1� West:
[]rilling Method: CON7INUOUS FLIGHT AUGER ���.{h�
Harnmer �rop (Ibs 1 in): 14013�
�, GROUND WATER OBSERVATID�S y �a.� N� v� � x
,� U �1_On Rods (ft}: NONE �T �,❑ o � � � U� c� 'a�i � �E J c q
� -� �After bFi[ling (ft}: DRY Q �� � o o � � � �� Z,� o � � ;�` �
ia, a .
� � _YAfter_ Hours (ft): � $ v� � � � � acv o" � ' � 'N ui
c 6 ttf
C7 uj j� c � v� d O•c � � {o
�a � ] z � � �
MATERfAL d�SCRIPT�dN
Brown CLAY
3.7x 23 57 19 3$ 0.0
2,0
Tan LfM�STON� with clay seams and layers
1001
� 1.25��
9.0
Gray LIitiA�STaN� wiih shale seams ����
10 1„
,
10,01
15 15.D
TEST BOR]�VG TERMINATED AT 15 FT
5058BrushCr•eekRd; gORIR�G NO.: 15$
� � � � � �� � � � � � � � F'orr Warth, Te�as 76114 eet o 1
� Phone: 817-496-5600
Fax: 817-49b-5608 P�Q�[�C� �Q.: W190839
� � � � � � �. W � � � � � � � � tvwtiv.alphalesting.com
Client: Lennar Homes of Texas - Irvin Location: Fort Worth 'iexas
Praject: Norlhpo9nte _ SurFace Ele�ation:
Start I]ate: 615/2a19 End date: 615�2��f9 1Nest:
Drilling MetNad: CONT[NUOUS FL.IGHT AUGER North:
Hammer Drap (Ibs ! in): 'I4b I 30
GROL}ND WATER OBSERVATIONS � �•C `� �� � m � .= axi
� n � �� o� �� � c • � �
� � _'On Rods (H): $ � � o� a� � t�,� .�� � � J �
Q � N �� C J
� a i.Aftel' Drllling (ft): DRY ��a a� a o � cr U�°.c��v �,�"n. �j 3 .y � �
a
n � ,After i"�oUfS (ft): m� U � � �`� o o•� m � � �� U3
C7 - cn �G a ��� z� � 4' n,
m
�
MAT�RIAL DESCRIPTION
Brown CLAY
4.25 2.0 127 20
� 2.4 �
Tan CLAY wfth calcareous nadules
2.5 19
g 4.25 46
5.0
7an SHALY GLAY
3.5 i7 61 20 41
9.0
Tan LI�IIES70NE with clay seams and layers 1001
2,�
1� 10.0
'iEST BORING T�.RMINATEO AT 10 �7
15
5058B�ushCreekRd. BORING NO,: 159
� � � � � �� � � � � � � � � Far1 Worlh, Texas 76119 5 eet 9 0 1
Yhone: 817-496-Sd00
F�r; 817-496-5608 pROJECT NO.: i%U� �a$3g
111, H�:� � I T W L L ���i I F� S wyviv.adphadesling,com
Client: Lennar Hom�s of Texas - Irvin Locatian: Fort Worfh, iexas
Project: Northpointe Surface �le�ation:
S#art Date: 6/5/2019 End Date: 6I512019 West:
Drilling Method: CONTIiVUOUS FLIGHT AiJGER North:
Hammer brop (fbs 1 irt):
� GRQU�tI� WATER OBSERVATION$ � o -o.0 N�� �� � x
,� � ;� On RoQs (ff): NONE F �, o� � m UV c°�,' 'm � �� E c d
� � .Aftet' Drilling (ft): ❑RY Q ?� � � o � m �, �o Z,Q a ..J� � � �
n a.
p `� _.�After_ Hours (ft): � �� �a � o � � aN p..- U � � 'y t�
� U' � �� m c� � z � � J a d
MAT�RIAL bESCRIPTfON
� � �
Brown CiAY with limestone frdgments
I' I I �}.25 20 45 21 24
II I
2A
I� L�ght Brawn CLAY with limestone fragments
III 3.25 21 40 20 20 0.�
� I � 4.0
Tan CLAY with limestone fragments and sand
� 4.5+ 9 5
4 1&
4.5+ � g
�a
13.❑
Tannish Gray SHALY CLAY
22 57 19 38 �.0
15 15.0
TEST BpRING 7ERMINATE� AT 15 �T
5058B��tshCxeekR[I. BQR�N�T ��.: �6�
� � � � � �� � � � � � � � Fart Warth, Texas 7b119 ��t p
� PAone: 817-49G-560D
Fax: 817-496-5608 p�OJ�CT fVD.; W� �a83�
� � � � � � T A � � � � � � � � �nnw.alphatesttng.com
Client: Lennar Homes of 7exas - Irvin Locatian:, Fo.rt Worth, Texas
Project: Northpoinle _ SurFace Elevatfon:
Start Date: 61��za�9 End Date: 615/2019 West:
Drilling Methad: C�N7WUOUS FLIGH7AUGER North:
Hammer Drap (Ibs 1 in): 1�40130
� � GROl1N� WA7EFt OBSERVATIONS � o �� '� o� �� a, � a Q
a o >. '� m U � � °� �+ � � � � o
,w J 'On Rods (ft): NONE ��a Q 3 y a3 -o� 'y� �� c � J —
`-' DRY ?� � ('J � o � E � rn �a � � -g o �' a�
� :c �After Drilling (ft); a o� o� � � �« � dN a � V �� .� U �
w � �After Haurs ft: � c c�" a= ��' 4 �, a m �m v�
� � _ � �� vy fx � c c�s UJ '� � m J 0. �
�a a � � �
�
MAT�RIAL DESCf2lPTIQN
Brown CLAY with limestone fragmenls
12
2,0
Tan LIMESTONE wilh clay seams and layers 1041
U.75��
5
1�5 �
7.0
TES7 BORING TERM1iVAT�� AT 7 F7
�a
15
505$Br•ushCreekRd. B���N�3 f���: ���
� L � � � �� � � � � � � � Forz Warth, Texas 76119 eet 1 0
1'hone: 817-494-5600
Fax: 8i7-496-5608 ��QJ�L+'�' �Q.: ��gQ���
Kf b � �# � � �' � �, � � � � � � � jvwiv,alphaaesting.com
Client: Lennar Homes of Texas -„Irvin4 Locatinn: Fort Worth, Texas
Project: North oinEe Surface Ele�atiora:
Sfar# Dafe: &/5/2D19 EnH �ate: BI512019 �
West:
Drilling Method: CQNTINUOUS FLlGHT AUCER North:
Hammer prop �Ibs ! in): 140 ! 3p
�, GROUN� WAT�R 08SERVATIO�S � -o � N E �� � x
o �. �
»�°7.. � y_On Rods (ff): NONE � �,� o y � Q�`, c_i� �',� 'd �, � �E � o
L t .After Drilling (ft): DRY ��c� as a �°' a�i� ya � � o � � � =
� `� lAffer� Hours (ft): E�� �j A a� � y ac�.r o� � �. m '�, cn
' � � � � � � �� o Z � � � a a
� MATERIAL D�SCRIPTION a a � �
Brawn'C[.AY with limestane fragments '
3,75 20 55 20 35
2.0
Tan Li�1E5TONE with clay seams and layers
1001
5 0.5"
1001
10 10.0 , 1.75"
Gray LlMES70NE with shale seams
i
10fl/
�' 15.0 1.25"
T�ST �ORIf�G TERMINAT'E� AT 15 FT
SD58BrusbCt•eekRd: BORINC iVO.: 162
� � � � � �� � � � �" � � � Farr Warrh, Tesas 76119 eet 1 0
� �I Phone:817-496-5600
Frxx: 817-49G-5b08 ��QJ�{`,� [yQ.: W190839
�iid b L� �� I�' I� L t�� G I E4 � 7v�o�v.alphatestrng,eom
Client: Lennar Homes of Texas - Irrrin Locatian: Fort Worth, Texas
Praject: Northpointe Surface Ele�ation:
Start qate: 61�120�9 End �ate: 6/6/2019 West:
�rilfing Method: CaNTiNUOUS FLIGHT AUGER North:
Hammer Drop (lbs 1 in): �a� � 3�
GR�UND 1NATER 4BS�FtVATIQN9 m , � � '� �� � �, ,�,�,- ax,
m o T n (n � a`r U� c'.� �w � � � � o
,�? -� 'On Rads (ft): NOfVE � �A Q� ,°s m v� �N� ��' c -� J �
U
t s �ARer Dri[ling (�): DRY a a� �� o a ���Q Z'n. �j .�-� N U �
o � ryAfler_ Hours (ft): c�c � �� a= o.�'--' o o �v � :� i0 m �
a.
C7 � �Ca a �� Z � � Q.
MA7�RIAl. �ESCFtlPTiON
�rawn CLAY �
4.5+ 2.8 34 23
1.0
7an L1M�STONE with clay seams and layers ,��p�
2.25"
5
1 tl01 g
0.75„
6.0
7�ST B�RiiVG TERMIfVA7Eb A7 6 FT
10
15
.5os8Br:rsh�rePkRd, �DRINIC 1�lO.� 963
A � � � � � � � � � � � � F'ort FVorth, Texas 76J19 eet ❑ 1
Phone: 817-996-5600
Fa.s: 817-496-Sb08 �R�+��C� �0�: W190839
j14� N��'i k� T' ��,. L�I � G' � F� ,� zV5u7v.alpltafesiing,eont
Cffent: Lennar Homes of Taxas - Irvin Location:_ Fort Worth, Texas
Praject: North ointe Surface �levation:
Start Qate: 8l812019 End �ata: 6/6/2419 West;
�rilling Method: CONTINUOUS FLIGHT AUGER North:
Harttmer Urop (lbs 1 inj: 140 I 30
o, GROUND WA7'�R OBSERVATlONS �, -a � N�� � L � �
.� J 'y'On Rads (ft): NONE � �o a � � m c°�v � � m �E � � o
�
Q 4 �After Drilling {ft}; bI�Y a a{'1 v o o� �� �o �,� o � � ;� Qy
�
o � �After_ Haurs (ft): � � XA a � U� `o �'J � 1 Q � �
a ha � j z� � a
MATERIAL DESCRIPTION
Brawn CLAY
4.5+ 25 77 25 52 0.5
1.4
Tan LIM�S IU�� with clay seams and layers
100/
5 9.25"
' 9.0
Gray LINiESTON� with shale seams 1001
10 �.'��
9001
15 �.'��
1 &.0
TEST BORING TERi411NATED AT 15 FT
� � � � � �� � � � � � � � SOssBrushGreekxd gORINC� 1�0.` 164
� Fart Wor1h,•Texas76119 � ��f of 1
Phane: 817-446-560D
Fa.x: 817-496-56R8 ��Q�J�CT i�Q.; W190839
� � � � � � � W � L � � � � � � tivw�v.alpharestrhg,com
Client: Lennar Hnmes of'Texas - Irving Location:_ Fort Worth, Texas _
Praject: Northpointe _ SurFace Ele�ation:
Startnate: 61'i012019 End Date: 6114I2d19 West:
Drilling Method: CONTINUOUS FLIGHT AUG�Fi NorEh:
Hammer Drop �ibs 1 fnj: 140134
� Gk�OUNQ WATER OBSERVATIdNS � a � � N o � � � , �
�
7 L71
� .° 'an Rads (ft): NONE � �p o � °c � �L .y� ��� � � � � �
u � �— � � � � �o Z'a. o n �'
� � 'After Drilling (ft}: b�Y Q aa op `� o ,� � n. � � �m � 3
m � `.LAfter Haurs {ft): � a"a c� °' �, c�� a pv �, J a � cr�
❑ c7 — u� � � a 0.$in z� � a.
MATERIAL D�SCRIPTION
Brown GLAY� '
3.5 22 60 21 39 0.4
2,0
Tan LIfUlE570NE wifh clay seam and �ayers
1001
3.25"
5
9.4
Gray LIMESTONE wilh shale seams ,����
i .25��
�a �o.o
T�ST BORING SERMINA7�D AT 1� FT
15
soss a„�sh c,�E�kRa. BORING NO., 1$5
� � � � � ��., � �„ � �° � � � Fort Worih, Tsxas 7d114 S eet o
J,�m �Vio i Fhons:817-496-58p0
�� Fa.at,- 817-49G-56D& �ROJECi IdO.: W1 �Q839
V� H� R� 1 l 14 l, L���= i h1 S tiv�v�v.al�hatesting.com
Client: Lennar Homes of Texas -�rvin l,acatian: Fart Warth, Taxas
F�roject: Norihpoinie _� Surface �le�atlon: �u
Start Date: 6/5/2019 �nd Date: 6/5/2019 West:
Drillir�g Method: CONTWUOIlS FLIGMTAUGER North:
Hammer arap (Ibs 19n); �A� ! 3p
� C7ROUND WATER QBSERVATIONS � 'a = .�*�. � � .c � x
� v N Of � 61 :� N
� 4 d p (q O •
� � � 'On Rods (ft), NONE � �, a N �,a`i U ,c� 'v � � E � a
a a �After Dt'illirtg (ft): QRY Q d� c� o o c� �o �a. V '� J � a�
p U ,.�.'
� �° �After Haurs (fi): � � ci" a ` c �' �N �� � ro ��, cn
� �` � � � c c c°� v) � � 'c a :� a �
�a a � z � � a
MATERIAL DEBCRIPTION
Brawn CLAY with limestone fragments
4.5+ 25
4.5+ 11
�.fl
II I Tan CLAY with limestone fragments and sand
5 lilll 3 16
II�I!
I�����I
I I I I i 4.5+ 10 38 16 22 �.0
� � I 8.0
Tan L.lMES70tVE with elay seams and layers
1001
14 � �' � �
1 �0/
15 15,0 3.5'�
7ES7' BbR1NG TERMINATED AT 15 FT
5a58BrushCr•eekRd. BORING NO.: 166
� � � � � � � � � � n � � Fori Worth, Texas 76119 eet 1 0
� �I Phane: &17-496-5600
Fax: 817-496-5GfJ8 PROJ�CC� WO.: W190839
i'a� � E � � i 7' � �, � � � � I E1,� 7vtiviv.aTphntesring.com
Client: Lennar Hames of Texas - Irvinp Location: �orl Worth, Texas
Project: Narth ointe Surface �levation:
S#art Date: 61712�19 End Date: 6/7/2019 Wast:
Drilling Method: CONTWUOl1S FLIGWT AUGER Norfh:
Hammer Drop {Ibs 1 in): 140130
� � a
� GRQUN� WATER O�SERVATIONS � a � � � � o N �� � � • ' �
� J '-�Otl Rods (ft): NONE H �❑ a 3 � a"'�i v� 'N`n 'S� � :a � c �
L t �After Dl'llling (ft): , DRY � a� �� o Q �� ap �a �j � N •� �
� � `,After_ Hours (ft): � a"i U4' n" y a� o o �y m � a m u�
❑ Cry (!] � a�i � �� Z � �tl p
�a a,� � �
MA�ERIAL DESCRlPTI�N
Brown SANDY CLAY
4.5+ 28
4.25 16 53 20 33
�4,0
Tan LIMES70N� with clay seams and layers 10A�
0.5��
5
1001
1"
10 10.0
TEST BORING TEF2MINAT�D AT 10,FT
15
sos8 Brush c�•eekRd. BQRIPlG 11lO.: ��7
� � � � � �� � �i � � � � � Forr Warrh, Te.ras 7GI19 eet a 1
�° Phone: 817-496-550a
Fax: 817-496-SbpB PROJ�CT MO.: W190839
� � � R E I T IR � �. �9 � �'i � (� � �viviv.alphalesting.com
Client: l.ennar Homes of Texas - lrvinq , Locakian: Fort Worth, 7exas
Project: �forth ainte Surface �[e�ation:
Start ❑ate; &17/2019 End Date: 6/7I2419 w�st;
Drilling I�Aethod: CQNTINUOUS FLIGI-Cf ALfG�,R North:
Hammer Drop {Ibs ! in):
� GROUND WATEF2 OBSERVATfONS � a.5 �� � c � x
a� o n a (� " o w q>> rn ... . m
�? U �On Rods (ft): '�Q � Z.� 4 �, � a U� .S� � �w�, � � c o
Q. a �After DPilling (ft): 14 a �Ci � a o � � � �Q �,a o :o �? �` `m
o `� �After_ �iaurs (ft): � a`�i� �j-° a � '� �' �N ❑L a � 'ro `—' �
�` � LC c c t�a(n �'c J d � �
�a a � Z � � �-
MATER1Al. Q�SCRIPTI03V
Tan CLAY with calcareous deposits '
k 17
�3.25 2p
5
4,5+ �,�
2,i5 13
8,fl
Crayish Tan SHALY CL.AY
4.5 2.5 101 29
10
� 4.5+ 23 68 22 46 0.0
1 � 15.0
TEST 60RING TERMINATED AT 15 FT
SD58 Brush CreekRd. gp���� NO.• 168
A � � � � � � � � � � � � Fort 4�ar�h, Texas 7G119 eet 1 n 1
� Phone: 817-49d-5600
Fm.x: 817-49b-560& ���,�C� ��.: W� 9�839
ilid ir�i ��� 1 T �� L �� 1°+r l N.� ��viv.alpharesting.com
Client: Lennar Homes o# Texas - Inrinq Location: �ort Workh Texas
Project: Northpoinle SurFace Ele�at9on:
Stark Date: 6f7l20i9 End Date: 6/7/2019 West:
Drilling Method: CONTIiVU0U5 FLIGHT AUG�R North:
Hammar �rap (Ibs ! in): 140 I 30
� d. o
� GROUND WATER OBSERVATIONS a � � � � o y �� a, � = .� � �
w � On �Rods (ft): NOt�E �-' �'Q �� y� "O.0 N� �� � J � .r
`—' DRY `—' �
� �ftfter ��IlGng {ft): a o� �� a o � c a� �Q' U � �uo � 3
� �� � � o.d o-� �� su a" rr m 'v, cn
�After, Hours (ft): �� v � c Uin � Z � � J a a
�� a ` � � .
a
MATERIAL ��SCR1PTlQN
Brawn CLAY with limestone fragments� �
22
1.0
Tan LIMESTpNE with clay seams and layers �
1001
725"
5
1341
�o �a.o
7EST BO�iUVG 7ERMINATED AT 10 FT
15
� �, � � � �� � � � � � � � 50S8BncshCr�eekRd. BORIhIG ND.: ��'f �9
� Fort Worth, Texrrs 761 !9
Phorre:817-49B-56D0 heet o 1
Fa.r: 817-49b-5608 P�OJ�CT NO.: W190839
W H � R � 1 �' �i �. �, � � (; I {� � �+�wtv.a1phr�fesling.can2
Client; Lennar Hames af Texas - Ir�in Location: Fort Worth Texas
Project: North_pointe . Surtace Hlevation:
Start Date: &16/2019 �nd Data: 61612Q19
Wes#:
Drifling Method: CDNTINUOUS FL1GhiT AUGER North:
Harnmer Drap (li�s ! inJ: 14D 130
a, GROUN� WAT�F3 OBSERVATIONS � -o � N� �,� a x
� � �On Rods ft : NUNE a � uj� " � m a�v .� � • '" a
U () H�, o m m UU c.- � � E � c 4
a a '�After Qrilling (ft}; DRY n o� �� o� c a' �o Z'a � :o v �' a�
p � IAfter,� Hours (ft): � �� ti� a. � � m aN ❑" � �. � N �
U7 � X q�j � tg fn � z � � � 0. a
h- p., d � �
MATERIAL �ESCRIPTIOiV
Brown CLRY with limesfons fragmenfs
4.&+ 11
i.0
Tan LIMES7�N� wiih olay seams and Eayers
5
20� �
1001
�a 3.75"
'f 2.0
Gray LIM�STONE with shale seams
� � � oar
15.0 0.75"
TEST BQRING TERMINA7E� AT 15 FT
50S8BrushCreekRd. BORIF�C iVO,: '{70
� � � � � �� � � � � � � � Fort Worah, Texas 76119 eet 1 0 1
� Phane: 817-49b-5600
Fa�: 817-496-3608 p�DJ�C� NO.: W190839
Vid F� � R� 1� 14 L L 6� G l Fd S wwtiv.alphalestiMg.con�
Client: Lennar Homes af Texas - Irving Lncation: Fart Worth, Texas
project: �farthpointe Surface Elevation:
Start �ate: 6/6/2419 End Date: fil612099 West:
Drf[Iing Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop Slbs 1 in): '�'�p � 3Q
GROUND WATER OBSERVA71aNS � a �.� `��' �� � �, � .� a",
w o ' � ' �� a� U� c'.� 'm �. .E � c �
,m � 'On Rads (ft): NONE � z.Q o ,� �,�, •y� ��'+ J ;� u
b.0 iJ � U ..�_+'
Q � �After arilling (ft): [7RY Q�� Q� 0. 0,,�—_ c' 0`0. � O�' v a en t' 3
� � �After^ Hours (ft): � � � m o � o o "= °1 � � cya �
o � � � � a � �N z � � a ri.
MATERIAL a�SCR9PTION
Brawn CLAY with limestone fragments �
a� �s » a� �o a.�
�.o
Tan LIME.S70N� with clay seams and layers �Q��
4.75" ,
5
�2� 9
6.0
TEST BORING T�RMINATE� AT 6 FT
10
16
S058BrushCreekRd. BORIP�G IVO.: 171
� ` � � � �� � �i � � � � � Fori Warth, Texas 76119 SheSt 1 0 '
���� Phone: 817-49b-Sb00
Fax: 817-496-Sb08 pROJECi f�0.: W190839
'I�xt H k R� I T R L L �� G I k�l � �✓��1v.alphafes7ing.com
ClEent; Lennar Homes of Texas - Irvin l.ocation: Fort Worfh Texas
Project: North ointe SurFace Elevation:
Start Date: 8I612019 End Date: 6J612019 West:
qrilling Method: CONTINUOUS FLIGMT AUGER North:
Hammer Drop (.Ibs ! in}: 'f 4013D
�, GROUND WATER OBSERVATIONS �, � -a,� N �� 7 � � � �
� � �'On Rods (ft}: 3 � �o o � �, � ci� .Nin � °? E � � o
L L �After b�illing (ft): DRY a oC7 ��o o E �� �a z,a o � � � �
� a � Q o c� U ' �
� �° �'Afier_ Hours (ft): � � c�" °' � _ � o `� py w, r'r m '� ai
C7 �� x � � �� o� ;� a cy
. �a a j Z � � a
MATERIAL DESCRIPTION
Brown CLAY
3.75 32
2.75 24
A.p
II� Tan CLAY with limestorte iragments
I 14 47 24 23
� � � 5,0
Tan LIM�5i0NE wi4h clay seams and layers
1001
2��
� 10�1
90 � ���
� D.0
Gray`LfM�S70IVE with shale searris
1001
'f5 15.D 1.25��
TEST BORING TERMINATED AT 15 F'7
5058BrushCreekRd. �Q����+y �0.: �72
� � � � � ��� � � � � � � � Fort Worth, Texas 761I9 ��i .� o
� Phone: 817-996-5600
Fax; 817-49b-5608 ��Q,j�CT ��.: W1948391
� � � �'1 � I � � L � � � G � � � w�v5v.alpharesaing.cam
Client: Lennar Homes af Texas - Irvin Location: Fort Worth Texas
Project:
North oinle SurFace Ele�ation:
Start Date: 6�512019 End Date: 6�512019 West:
I]rilling Method: CONTINUOUS FLIGHT AUG�R North:
Hammer IIrap (Ihs 1 in�: '14fl � 30
� GROl1ND WATER OBSERVATIONS m a � � �' �� � a, � . • � o
T� �� `w L].."�.. �'•m a� � E � c o
a�i —�i ,.'a[1 ROds (ft): NONE � Z'p o �" �asc a� a� �y� �r� c � -� -
� � �ARer C7rlliing (ft): I]RY a?� c� o o c� ao Z'¢ �j � ';� c_� �
� a � � o V �� �� N❑" o' ca �m fA
� �After_ Haurs (ft}: �c � v � c �tn � o •_ � � a `�
p � J �n �G a � � � � � �-
�
MATERIAL DESCRIPTION
� Brown CLAY with limestane fragments
4.5 15 66 23 A3 1.2
2.75 32
4A
Tan LIMESTONE with clay seams and layers �OQ!
2.2�"
5
� aa�
3"
,� 0 10.0
T�ST BORIiVG iERMINATED AT 10 FT
15
� � � � � �� � � � � � � � 5058&rushCreekRd. BOR��.G �0.� '�73
� Forr �arth, 7'exas 76119
Phone:817-496-5600 eet o
Fax: 817-496-56D8 �R�J�C� �0.: W� gbg39
6t' � � P1 � I 1' {� L � � � G � !y � �vlvtiv.alphatestrng.com
Gfient: Lennar Homes of 7exas - Irvin Location: Fort Worth Texas
Project: Norfhpainfe Surface Ele�ation:
Start Data: 6/7/2019 �nd Date; filT12019 West:
Drilling Method: CONTINUOUS FLIGHT AllGER North:
Hammer Drap (Ihs I fnj: 'f40130
•� a GROUf�p WATER OBSERVATIONS � �o.� N E� � r a x
� -' �;•'dn Rnds [ft : NONE � 9 �� � � m rna}i �' � "' = v
U _.. `} � Z• O N:-1 U� C,_ N � � � c o
Q n �'AfteY DI'llling (ft): DRY � �C7 v�'o c"i E°1 rn ma �� o a c� �' "
p �° TAfter_ Haurs (ft): ��� °-Q a° � c� aN o� v = y `-' 3
� � � � �� � �� o � .� � � 4 �� u�
MATERIAL �ESCRIPTION a � � � a
J Brown CL.AY
illl
� 4, 5+ i 6 46 20 26
+�It,
� 2.0
Tan LIM�STONE with clay seams and layers
100/
5 0.25"
1001
10 � .75"
,
12.0
Gray �IIIAESTONE wiih shale seams
10Q/
15 ,f5.0 0.75��
TEST BORING i�Ri1AINAT�D Ai'15 FT
5038I3rushCr'eekRd. �OR1NG N�.: 174
� � � � � �� � � � � �{ � � For1 Worth. TexQs 7G119 eel o 'f
� �� Phooe: 817-496-SdQO
Fax: 8�7-49b-5608 ��Q,J�C� j�jQ.: W1 gp839
4'a Fi ��� I T A�. ��� Pa l F� S° tiUyv�v.alphaiesiing.com
Client: l.annar Nomes of 7exas - Irvin Location: Fort Worth 7exas
Pro]ect: North ointe 5urfaae Elevation:
5tari �ate: �R12a�g �nd Date. filll2019 West:
Drilling hMethod: CON7lNUOUS FLlGHT ALJCER North:
Nammer �rop (lbs 1 inJ:
GROUND WA7ER QSSERVA7kdNS � , '�•� � E� � o, ` :... m
., rn a o cA,� o u� rn� . � • � �
� � ��'On Rods (ft): 6 H Z b m°; U N� °� w; � � � ' .
`—' g g' �C�J �� �� °�i» �� �a ° 'ra � :�' �'
� :c �After Drilling (ft}: • ' �
Q. O� �� DO �C �N �v U � N • �
o � �]After� Hours (ft): � � c�" � u, �� ; o :� � � a � `�
C7 � �� acy. j z� � a
MAT�RIAL DESCRIPTI01�
Tan CLAY with calcareous nodules :
1.6 20
225 19
5 2,5 25 64 21 43 0.8
�
4.5+ 16 0.0
8.0
Grayish 7an SMALY CLAY
4.5+ 16
10 1 �.0
TEST BORWG 7�RMINATED A7 �0 FT
15
5058 Brsrsh CreekRd. Bp���� �Q.: � 75
,� �, p� p�� T E���� G Fari WortJr, Texas 76119 . 2et o 1
Phone; 817-49G-5600
Fax: 817-496-56aB P�Q�EC� NO.. i�'( ��$3�
� `�,I', � � � � �' � � � g E (� � � � wtvw.alphaissiirtg.cont
Ciient: L.ennar Homes of Texas - Irvin Location: Fort Worth T�xas
Project: No�th oiRte Surface �levation:
Start date: 6n12��g End Date: 6/7/2019
West:
Drilling Nlethod: CONTfNUOUS FLIGHT AUGER North:
Hammer Drap (Ibs 1 in]: T40134
a, GROIJfVD WA7'�R dBSERVP,TlONS �y a -o.� N�� �,_ � x
m a a o (n " o y o� � :'-' m
°1 � \?On Rods (fl): NONE � Z, o � ��, c)L. �'.a' � � �E � � o
� ' � � �
� a �After Drilling (ft), QRY � aC�" � o o� � rn m� �.a � ;a � �' m
p �° '�After_ Nours (R): E v� �j� o- ° � � a�`r o" � � � '�, ui
� �� f�� � �� a z � � J 0. �
MATERlAL QESCRIPTION
d d � �
Brouvn CLAY with �imestone fragments
4.5+ � r�
2.0
ITan CLAY with limestone fragments
I I� I 4.5+ 18
I�� �
� II�II� 4.5* 17
5.0
Tan LIMESTONE with clay seams and layers 100{
5.5'
10 10.0 8825"
I�I i i I Grayish 7an SHALY GLAY
I
ili��ii
i�i�i
i�i�l
I
I�I��I
I
Il���i 4.5 25 42 i9 23 0,0
'[5 �I�I� 15.0
T�ST BOF2ING TERMINATED A�'15 F1'
5058 Brush CreekRd. BORlN� 1'�lO,: 'i 76
� � � � � �� � � � � � � � Fort Wor�h, 7'exas 76119 eet 1 0
� Phone: 817-49d-5600
Fcn: 817-496-5608 P�OJ�CT iVO.. W19Q839
�, � � � � � � � � � � � � � � � �v�viu.alphutesting.canz
Clfent: Lenr�ar Homes of 7exas - Irvin LocaLion: Fori Worth 7exas
Praject: North ointe SurFace �le�ation:
Stari Date: 81712a19 �nd Date: 6/7/2019 West:
�riliing Meth.od: CONTINUOUS FLIGH� AUGER North:
Hammer Drop (Ihs 1 in}:
GF�OUND WAT��t OBSERVATIONS a o :?•� ��� � a, ' �
� � � � a� U � °c_�.°' �a � � � c ;
,� � --� On Rods (ft): 6 _
�� 6 �' �t3' =��'a o E � rn c`�a� �n � :cf � �' m
Q ZAfter brilling (ft): � o� Q� aN • � 3
� ',/After Hours (i#): E a`�i U4' °' ` c °��' e ❑•• U �, ° '� u�
� C7 � � a x� ��� ' Z ? � � a. a
f-� n. � �
MATERIAL bESCRIPTION
Brown CLAY�
3.5 26
2.75 22 54 18 32
4.0
II I Tan CLAY with limestone fragments
� IIIII 2 22
, 4�
I�;�� �
11I���
III�I 19 29 17 12 �_Q
I`III
IIIII
�III� 2.5 22
��
14 I 10.Q
T�ST BORING TERMIE�ATEL} Ai 10 FT
15
3D58BrushCreekRd. BORII�C9 NO.: 177
A � � � � �� � �u � � � � � For[ War�h, Texas 76I19 eet P 'I
�� Phone: 8I7-496-S60D
Fu�: ar�-49a-s6os pROJ�C7 NO.: W'i 90839
i�V H�� E 1 T l� ��, �€ G( Ei S 7yw�v.alp)rcrtestrng.com
Client: l.ennar Homes of Texas - Irvin Loaation: Fart Wort,h,.,Texas
Project; North ointe SurFace Efe�ation:
Start Date: 61��Z��� �nd Date: 61SI2039 West:
Drilling Method: CONTINUOUS FLIGHT ALJGER NorEh:
Hammer Drop (lbs 1 in):
� . GRdIJNd WAT�R DBS�RVATidNS y o � c ���. v r ° x
N O , �- o (IJ � F, � N Ol � •=� C '�+ ' a
d�l J 2 �' �..� N U� c.� N � a
� _; On Rads (ft): F z,a 9,,, y�, ,� � n� E c a
� �After Drilling (ft}: 1 °Y iC'1 v o � � � m �a � � —
:c o � ,ea :Z` �
o. � a o� c� o o � o�a U �
Q 7After_ Hdurs (ft)� � aUi �3" °' � o� RN o''" � o' m �v, c3n
� ` N � � � � C� Z � � � � Q��,
� a � �
MATERIAL D�SCFtIP71DN
Brown CLAY with limestone Fragmenis
� 1.75 24
/
7 25
4.4
II I Tan CLAY with limestane fragments
� lilll 9.25 18
I��j�i
I�I��I
IIIII 2.25 23 42 20 2Z 0.0
I��II
Ilill �
ill�l 1.25 21
10 Il�il
IIIIII
II�II
I�III
��I�I
I�����
IIIIII 1.75 24 0.0
15 �II� 15,a
TEST BORING T�RMiNATED AT 15 FT
5058BrushCreekRd. gO�tl�lG NO.: 17$
A � � � � �� �° � � � � � � F'ort Wnrth, Texas 7GI19 � �!
� �I PhoMe:8I7-49b-5600 :, �� o
Fux: 817-49b-3608 P�O��CT j�0.: W'{ 90839
{dld H� R E �� 14 L L � L� G I E�E S ����v.alphatesting.com
Client: Lennar Homes of Texas - Irvin Lacatian: Fori Worth, Texas _
Project: No�th ninte SurFace �levatian:
Start Date: 61612Q19 gn� p�t�: 618124i9 1Nest:
Drf[iing Method: CaNTINUQUS FLIGHT AUGER North:
Hammer prop (fhs ! in): 14fl 130
� Q GRDUND WAi�.R OBSERUATIONS T Q �� � a N �� � � • ' �
� J --:On Rods (N): 2 ��p o�+ a��' c�� .N� �� a� J � � ;e
`-' v � C� d o t'�i m a'�i � cn Q o � � �` a�
Q '� _T_After Drillin9 (it): 6 a �p� o— o o w� a.n o�' � � �u, � 3
�'After Hours (ft): � m c�� °" �, o.� o Q .- `w � a � "�
� • � � �� a �� z � � a
MATERIAL bESCRlPTION
Brawn CLAY '
1.7& 35
�,_ 2.Q
( Tan CLAY with limestone iragments
� j I` 1.75 17 32 16 16 0.0
I�`II
1j� III
5 If �I� 0.75 '[7
I�
II��I �
I��I1
1I 1.75 19
1 ! a.a
ian LIMESTO�[� with clay seams and layers
� aai
10 10.0
2.s�� �
T�ST BORIN� TERNf{NATE� AT 1� FT
15
5058Br:rshCreekRd. BQ�I�G+ ��e: 179
� � � � � �� � �n � j � � � Fort YYor1h, Texas 761I9 S eet o
�� Phone; 8I7-q96-5b00
FcEar: 817-49d-5608 PROJ�CT NO.; W'� ��$3�
W Fi E�� I�' A�. ��� G� k"v� S 1v�vzv.alpharesling.com
Cl.ient: Lennar Homes of 7exas - Irvin Location: F'ort Worth, Texas
Project: North ointe Surface Elevation:
Start Uate: 6l61,2019 End qate: BIB{2019 yy�t:
❑rilling [�llethod: CONTINUOUS F�IGH7 AUGER North:
Hammer qrop ([6s ! in): 140 I 30
GROUND WATER OBSERVATIbNS a•� N�� u� .c ' x
� -
� � a o cn `� o m n rn . � a�
U �v'.On Rads (ft): NON� � z,o o� � a; cl� �U3 � ° � � = o
a Q �'After�fiHing (fC}: DRY � �Cl C � � E �� �o �,� o � � � y
a� c�� o� a� �� 0.N Cl" U '� y c� �
Q � -,Aft�r_„_, Hours (ft). ��, c.� ; o�? a �, tr m �y u,
� � � �� 0. �� � � � J a ti
MATERIAL DESCRIPTfON
B rnwn C LAY -
4.5+ 25 89 27 E4 �.1
- with limestone fragments from 2 ft ta 3 ft
• 3.0
ian LIMESTONE with'clay seams a�d Iayers
100/
5 5
� oai
10 3.75"
13.0
Gray L]MESTON� with shale seams
100/
15 15.� 0.5��
TEST BORING ��RiVIINA7�D AT 15 FT
� � � � � �� � � � � � � � 5058 Brush CreekRd ��i��i��'S ��.: � 8d
Fort �nr•th, Texas 76119 heet o
i � Phone:817-996-S6DD
Fax: 8l7-496-5648 �f��J�i.� j�0.: W190839
1� H � #1 � I T � !� � � � G I !� � tit+�uiv.aiphutesiing.com
Client: Lennar Hames of Texas - Irving Location: Fort Worlh 7exas
Praject: Norlhpalnte Surface �levatfon:
Start Date: 6I2612D19 End Da#e: �128�2d19 Wesi:
D�illiRg Method: CONTINUOUS FLIGHT AUG�R North:
Hammer �rop (Ibs ! in]: 140130
GROUND WATER OgSERVATIONS � �� ��� � t ° �. nXi
� J On Rods (ft): �[ONE � Z,o ¢ � � � [�� � � � E � c o
� =
L � �Aftef Drilling (fl)- DRY a�f'! � o o E C rn mQ �.� ° � � �'' m
� � U
o � �lAfter_ Fiours (ft): ��� � c � c �in �Z o @ J d ro �n
�� a � �� � a
MATERIAL DESCRIPTION
Dark Brown CLAY j
k 24 67 21 46 1.1
� 2.0
Tan Lii111ESTOIVE with clay searns and layers
10Q1
0,5"
5
100I
Q.75"
10 10.0
TES7 gORING TERMINATEo AT 1 a FT
�
'f 5
SQ58BrushCreekRd. BORING N�.: �$�
A � � � � �� � � � � � , � � Far'1 YYarth, Texas 76119 eei o
Fhone: 817-496-56Qd
Fax: 817-49b-5608 �Ro��cT No.: v1119os3s
� H�� C� 1 i' GO �� B� G l Pv S wwlv.alphatestrng.cont
Client; Lennar Homes of Texas - Irvin Location: Fort Worth, Texas
Projec#: North ointe Surtace Elevation:
Start Date: 612 812 01 9 �rod Date: 6/28/2019 yW�ti:
prilling Method: CONTINUOUS FLIGHT AUGER Narth:
Hammer brop (fE�s ! inj: 140 / 30
� GROUND WAT�R OBS�RUA710N5 � �0.5 � �� � � ° , x
� U _LOn Rods {ft): NONE � Z,a o� � u� c�v N� � v �� J c o
a � 7Affer Drifling (ft): DRY Q 7� � a o o �� �� Z,� V � c� � Qy
0 � �After_ Haurs (ft): � a�'i U� �� o,°.�,s acv o" � a' � �y c�n
C7 � � � a a = � z ? � � a, �
MATERlAL R�SCRIPTi�N
Dark Brown CLAY
4.5 21 E5 ?4 41
2.0
Tan Lltu1ESTONE wlih clay seams and layers
5 ��� �
1 QDI
0.75"
10 10.0 •
TEST BORfNG T�RMINATEb AT 90 FT
15
505&BrushCreekRtl. �ORING NO.: 1$2
� � � � � �� � � � �° � � � Fart T�i'orth, Texas 76119
� ll Phone:817-496-5600 eet o
Fax: 817-d9b-5608 ��D,J�C� �p.: W� �a$39
4iIQ Fril � %+I � I `f' G6 �, L � � �'u � � $ tivwsv.alphedesling.cani
Client: Lennar Homes of Texas - Irvin Lncation: Fort Worth Texas
Project: Norlh ointe Surface EEe�atfon:
Start Date: 6/28/2019 End Date: 612812fl19 West:
Drflling Il�ethod: CONTINUOUS FLIGHT AUGER Narth:
Hammer I]rop (Ihs ! inj: 140/30
� GROUNb WATER OBSERVATfONS � o �'� `� o N �� � c • ' �
a � jjOn Rads (ft): NONE ��,o a� ��; c�� ,�� � c J � c a
u -
� ;C �fiY Q�� c Q � o c� aN a� U � y u 3
� a TAfler Drilling (ft):
� � �- s m
� � �After Hours (ft): � m c�" _ �' �+ �
❑ � � _ � � �� a �� a Z � � �J � �
MATERIAL DESCRIPTION
Brown CLAY
4.5+ 't8 57 19 38 0.3
t
4.5+ 13
4.0
7an L1Ni�STONE with clay searns and layers �p��
a.�„
5
10�1
D.75"
10 � a.Q
7�57 BORING TEREUIINATED AY'i0 F'�
15
5058 B��ush CreekR�l. �ORIIVC I1�O.: � $�
� � � � � �� � � � � � � � Fort Worth, Texas 76119 eet 1 0 1
� Phone: 817-49G-S6p0
Fax: 817-496-5608 ��OJ�CY NO.: W19Q$39
Vlr* }! € rl'� E I T !R L L ���i I N� tiviv�v.alpharestirrg.com
Glient: Lennar Homes o€ Texas - lrvin Locaiion: Fort Warth, Texas
Project: Norfi� oinie SurFaee Elevation:
Start Date: 6l28/2019 End Qate: 6/2812fl1 g West:
❑rilling Methad: GO�ITINUOUS FLiGHT AUG�R North:
Hammer �rop (Ibs 1 in): 140130
o, GR�UND WATER OBSERVATIONS, � -�•� �� u� .,c � x,
a .� NONE T` �� m U� c� 'ev c � v
..- � �an Rods (ft): � z.n o` �.- • � � m € � c p
� :� �Affer brilling (ft): DRY a �C� � � o � � � �oQ Z,Q a a � �' �
o � ' CAfter_ Nours (ft}: � °'� v� a � �cn ° ° �� �' � d " �
� �a a � Z � � d
MATERIAL DESCRIPTION
❑ar[c Bro�un CLAY
3.5 25 63 21 42
4 24
3.0
Tan LI�v1�Si0NE wifh clay seams and layars
1001
� 1,25"
100/
10 0.75"
1 Q.4
�EST BQRING TERMINATEd AT 10 FT
15
� � � � � �� � � � � � � � S058BrushCreekRd. �0���� �p.: ��,4
� Fort Worth, Texns 761i9 eet 1 0 1
Phane: 817-496-5SD0
Fax� 817-496-5608 �RpJFCT NO.: W� 90���
� 1i ��� I 7 ll L L B�� I H S �+�viu.alphalesting,eom
Cpent: Lennar Homes af Texas - Irvin l.ocatian:, Fort Worth, Texas �,
Project: North ointe SurFace Elevation:
StarEDate_ 612812�19 End Date: 6�812035 West:
Drillir�g Method: CaNTINUOUS FLIGHi AUG�R North:
Fiammer Drop (Ihs ! in): 140134
GROUND WATER OBSERVATIOf�S �, a � � � ��.. � �, ' _ • �
� -°a SLQn Rads (ft): NQNE � z, o� �,a`r c�v .c� � m � � G a
� � N �s �� = J
� :c �After Rrilling (fi): DRY a �� �� o o � � ao �Q V � y .U' �
� � JAfter_ Hours (ft): ro � U'" °� u, o `' o d � � � `—° ro �
C7 �n � �C � a �� z � � a a
a
MATERIAL DESCRIPTIOE�
F Brawn CLAY
3,3 29 71 25 46
1.0
Tan L.IMESTONE with c{ay seams and layers
10fl1
4.75��
5
10Q1
0.75"
1 � 10.0
TEST BORING TERMINAT�� AT 10 FT ,
15
sosaa,•ushc�ee�R� �ORING P�O,: 185
� � � � � �� � � � `� � � � Ford Wor1h, Texas 7G1I9 �et '! 0 1
�� Phane: 817-496-5600
F�: ��a-a�6-sso8 p�OJECi iVO.: W190839
�f }� J� � � � Y �y � L � � � � F� � w�viu.adphatesiirtg.cam
Client: Lennar Homes of Texas - InrinQ Locatiorr: Forf Wort� Texas
Project: Narthpointe , T� SurFace Ele�ation:
StarE Date: 612 712 0 1 9 End �ate: 612712Q19 Wesk:
Drilling Method: CdNTINUOUS FLIGHT AUG�R fVorth:
Hammer �rop {Ihs ! in): 144130
m GROUNb WATER 08SERVATIONS �, -d � w�� �, � � x
.a! � 1'Qro Rods (ft), NONE ��,o a� � �, c�� �'•? � � �� � e o
L � �AftB� �I'llGng (ft): DRY a aCi �° o� � rn m� Z.� � o m
O U �'
� � E �� on � a ,� � 0.c� p''' U � y � 3
� _P'After_ Hours (ft); � �, v-- � � � o � � cr m ';� �
� � � c � S cn � � � d �6
� n. a � � � � n-
MA7�RIAL dESCRiPTION
Tan CLAY with �imestone fragments
- with calcareous nodules from 0 ft to 2 ft
Q
4.5+ 1.8 1i1 16
� 4.5+ 17 5b 21 29
6, Q
Tan LI�A�S7'ONE with clay saams and layers
1Q0/
10 i0.0 Q.75��
TEST BORINC TERMIiVATE� AT iQ FT
15
5058 Br�rsh Creek Rd. BQRIR�G NQ.: � 86
� � � � � �� � � � � � � � Porlli�orth, Texus 76119 heet o
� Phorre: 817-496-.4600
Fax: &17-496-5G08 p�p���T P]O.; W� g�839
� F� � R E� I T ��� �� G � I� $ s+nviv.elphatesting.eons
CGent: l.ennar Homes of Texas - In+in Location: Fort Worth, Texas
Project:, Northpointe __ SurFace �levation:
Sfar# Dafe: fi12712019 �nd Date: 6127I2019 West:
I]rilling Method: CdNiINU0U5 FLIGHT AUGER Narth;
Hammer Urop {Ihs I inj: 140 ! 34
GRO�ND WA7ER OBS�RVATIONS a ��F V E� w� � _ � �
a� o i�10(�EE T� N� � U�- � m � aGi � � � o
� � Dn Rads (ft): � �a 4 � Y � -�� 'yCJl �� = J J ^
U
L :c _LAfter Drilling (ft): �RY a 7� c o o a c� ao �'a �j � �n •v 3
�
o� ��After,J Hours tft); � m U" a; o�' o`V Q V � � .�n rn
c4 cn �� ro J a `�
� �Ca 0. �� � � a
MATERIAL �ESCRIPTION
I� Bra�vn CLAY '
IIII �},�+ '13 43 20 23
, �I �I 2.0
Tan l.iM�STONE with clay seams and ]ayers
1001
fl, 5'
&
100!
a.7���
10 . 10.0
TEST BOFt1NG T�RMINATEQ AT 10 �T
15
5058 Briesh Cr•eekRd. gORIN{9 NO.- 1$7
� � � � � �� � � � � � � � Fart Wor1h, Texas 76119 S eef a
Phone: 817-496-5600
Fax: 81T-496-5508 ���J�C�' �Q�: W190839
j�f et ��� j 1• fy� �� �� � �� S ivrv�u.nlphalesting.com
Client; Lennar Homes of Texas - Irvinu Locatfon:_ Fort Worth, Texas
F�roject: Norlh ointe Surface E�evation;
StarE Qate: fi/27120'f9 �n� q�t�: 6/27/2019 West:
Drilling Method: CONTINUOUS FI.IGHTAUGER North:
Hammer Drop (Ihs ! in}: 140130
GROUND WATER OBSERVATIONS -a.� .��+. � '
as o a e cn � o� �? � - , :� axi
.� � � °�i'On Rods (ft): NONE M Z,o a� �p: c�� �� � m � � c o
� � '�i4ft8P �filiing (ft): dRY � iC'i � o cyi � a � roo � o a � �' —
a a - a � C� op c� o�'a U � �
o � �[After` Hours I�)� � a`�i c°�" a� _� �`� o" � � m 'y u�i
c7 cn � �C 0. ���i'j � z � � J a, a
MATERIAL DESCRIPTION
�rown CLAY
4.5* 20 57 22 35 1.2
2.0
7an LIME5T0�lE with clay seams and layers
9001
5 1.25��
1001
10 90.0 0.75�� .
T�ST BORING TERMINAT�Q Al" 10 F7
15
SD58 Brtish CreekRd. �Q����► �0.: 1$8
� � � � � �� � � � �` � � � Fort Worth, Texas 7t5I19 eet 1 a 1
� �� Phone: 81 i-A96-5600
Faar: 817-496-5608 pRO.�ECY N[O.: W� 90839
W li E Fi �� T 1� �� �� G I RE 3 tiUw�v.alphatesting.com
Client: l.ennar Homes of Texas - irvin Location: Fort Worih, Texas
Project:, Northpointe Sur#ace �levation:
Start �ate: 6/27/2019 End Date: 6127l2019 West:
Qriliing Method: CON7INUDUS FLIGHT AUGER North:
Hammer arap (Ibs 1 In]: 14� 130
GROUND WAi�R OBSERVATIONS � , E•� �' �� d� � aXi
m a a �� `m U.�'.`�. �°� 7�d � � � � o
„�w_, � 'On Rods (it): NON� I—'' �` o i�- �m °-' � .
U dy� � 1C 43 'OL � 7�` G � �
� � TAfter Drilling (ff): DRY � a� C� Q o c � �m� �n �j � N � �
p � �After� Hours (ft): �� � c a� Uc;' a cv o" � a � �y cn
c9 cn �� a C z� � J n��.
�
MATERiAL �ESCRlPTION
Brown CLAY '
4.�+ 18
1.0
Tan LIMES70NE with clay seams and layers
1001
1.25"
5
1gj01
10 10A
TEST BOFtING TERiVI WATED A710 FT
15
5058BrusACreeklld. �p�II�G NQ.� 189
� � � � � �� � �i � � � � � Fw•i Warth. Te�cas 7b119 eet o 1
�� Phone; 817-496-5bOD
� Fax: 817-496-5608 p�OJ�CT �Q.: W190839
i1P Fri � Eii E I T 1+� L L��� l R15 tv+iv�v.alphatesting.con�
Clfent: Lennar Nomes of Texas - Irvinq Location: Fort WortF�, Texas
P►'plecti: _ Northpointe Surtac� Eleva#ion:
Skark tiate: 612 712 0 1 9 End Daie; �127�20�9 W�st:
Drilling MetNod: CONTINU�LJS FLIGHT AU�ER North:
Hammer drop (16s ! in): 14D /30
GROUND WATER OBS�RVAI'10�5 �.c � E� �.� o � �
v-+ ff] Q o fA F, �O N 81? O7
� � `.: On f2ods (ft): NONE � �,o o� � u, U� .5� � � J � � a
N
a a �After �ri]ling (ft}: DRY R�� �� o o � c G°� z'a U � � '� �'
°' � 1_After Hours{ft): E� v--- �� c� a`� �`�` a� m
�� �
� � -- � � � � w c� �� j � J a' a
i�AATERiAL QE�CRIPTEON � a � �
Brown CLAY with limstone fragments
, 11 5'� 2fl 31
15
3.0
Tan LIME570NE with clay seams and fayers
1001
� 0.75"
9.D
Gray LIM�Sl'ONE with shale seams � ���
10 �0.0 1.25��
TES� BQRINC 7ERMINATED AT 10 FT
15
sas8�,�hcre�kRd gORIPlG NO.• 19Q
� � � � � � � � � � � � � For1 Warth, Texas 761I9 eet 0 1
� Phone: 817-49G-SbpO
F�: ar�-as6-s6oa ��OJ@Ci NO.: W190839
{Nd ir� � ii � I T W�!� �� G I E� S �vtiv�v.oiphatesdng.com
Cliettt: Lennar Homes af 7exas - Irvin Locatian:_ Fort Worth, Texas__ _
Project: Northpointe Surface Elevation:
Start �ate: 6�27�2fl�9 End Date: 612 712 0 1 9 West:
�rilling Method: CON7INUDUB FLIGHT AIJGER NorEh:
Hammer Drop {Ibs 1 In): '�40130
� GROUNd WAT�R QBSERVATiONS � 4 �•� v o� � � , �
� ani rn �
� � '�;:'On Rads (ft}: iVO�[E � �,o a� � � c�.� .�� � � � � G a
� d a � �', U �' m
a � �After Drilling (H): DRY �, �� o� � o � �' aN A � o � ,� �, cn
w � ��After Hours {ft): �� c� w o� a o }' � ;� a �a
� � � � � � � v i cu� z � `° �-
� a � �
MATERIRL o�SCRIPTION
I� Brown CLAY with limstone fragments
�II 12 4T 20 21
1 � I 2.�
Tan L[MESTONE with clay seams and layers
10p1
0.75"
5
1001
0.75"
�a �o.o
TES7 BORING TERMINATED AT 1� FT
15
5058BrtrshCreekRd. BORIfVG i�0.� 191
� � � � � �� � � � �° � � � Fart Worth, 7'exes 7b119 gg{ 0 1
�� Yhone; 8I7-A96-5600
� Fmr: 817-49b-5608 p�OJ�Ci NO.: W190839
�+ b � �j � � �' � � � � � � � p�� � ivvnv.alphatesting.com
Client: l.ennar Hames of Texas - Ir�in4 Location: Fort Worth, Texas
Praject: North ointe S�rtace Ele�atinn:
Start Date: 7/15/2019 End Date: 7115120'19 West:
Drilling Method: CONTINUOUS FLIGH7' AUGER Nor#h:
Harnmer Drap (Ibs! inj; i40/34
� GROUND WATER OB5ERVATI.O�lS �y o �o � N�� �.c ' x
a� o � o !A " o � rn - , . a�
� � � On Rads (ft}: NONE � �,� o � � ��`, c�� �� � m � � � �
a a �After D�III'Ing (ft}: ORY a o� c.—°o 0 o c� �o �'a �j :9 `-' •�-�j m
07 `9 ]Rfte�—,_ HoUrS (ft): � a"i U`" a,` � y �-s� �" � Q rn � i cn
n � ui � � c � ri� 9�'_ °S J �- m
MATERIAL b�SCRIPi"IQN
�� a � � � � a
Brown CLAY with limestone fragments •
a.5+ 11 50 24 26
1.0
Tan LIMES70Nc with clay seains and layers
'i 001
5 'f .25"
1001
14 - 10.4 0.5" .
TEST BORING TERMINATED AT 10 F7
95
5058Br�tshCreekRd. g��INC9 NO.: 192
�p Fort Warth, Texas 76119 Sheet o
� � �� �1 � �� T � � � � � �i PhoMe: a! �-49a-saoa
Faa: 817-496=5608 ��OJ�CT NO.: W9 90839
1dIP W� R� I� IA L L Q� 1� I PvS 5 iuiuia.alphatestii�g.com
Client: Lennar Homes of Texas - Irving Locatian: Fart V1lorth Texas
pra���ti; �Iorthpointe 5urface Elevation:
Start Date: 7115120'i9 End Date: 7I1512019 W�ti:
Oril[ing Methad: C�NTIi�U0U5 FLIGH7 AIJGER North:
Hammer Drop (Ibs ! in): 'i46 ! 30
GFtOUND WATER OBSERVA710NS �, � � N E� � � ' �
rn • a o t�,� o v � y • � • ' -c
a � _-On Rads (ft): NONE � z.o o� �:! c..� y� �� :? � � 5 0
r r bRY 47 a Ci � o u� � rn m� �` a � �° � .� m
a � ZAfter bril[ing (ft}; • •
m °� �� a� �� w' a� Q'N �`� �` v m 3
� � lAfter_ Hours (ft}: �� v c c �cn ° Q '2 � :7 a, � m
c7 cn �C a a � z� � a
a
MAT�F2IAL Q�SCRIPTION
Brown CLRY with limestone fragments
5
1.0
Tan LIMEST��kE with clay seams and layers
') 0�1
0.25"
5
10fl1
10 10.0
TEST B�RING TERNiINA7�t7 AT 10 FT
95
A�PN� ���`��1��
�w��� �r ��� ����r�s
501L & R�CK SYMBDLS
(CH), High Plasticity CLAY
� (CLj, Law Plasticity CLAY
� (SC.), CLAYEY SANd
� (5P), Poorly Graded SAND
� (5W), Weli Graded &AND
� (SM), 5fL'1Y SANl7
� (ML), 51LT
�(M}i), Elastic SILT
�G�I
� LIMESTONE
� SHAL� I MARL
� 5AND570NE
, a (GP), Poorly Graded GRAVEL
, � (GW), W�II Graded GRAVE{.
� (GC), CLAYEY GRAVEL
� (GM), SILTY GRAVEL
� (OL), ORGANIC SfLT
� (OH), �RGi4NIC CLRY
� �ILL
SAMPLING SYM60�5
�SH�LBYTUBE (3" Oa exceptwhere
noted otherwise)
�SPLIT SPOON (2" O� except where
noied otherwise}
� AUGER SAiNPI.E
� TEXAS CONE P�NETRATI�N
�RQCK CORE {2" ID except where
nated otherwise)
i��Y i0 ��1L S1rNY�O�S
AIV� CL.ASSIFIC�i18NS
RELATfVE DENSITY OF COHESI�NLESS SOILS (blawslft�
VERY 1.d05E
LOOSE
�IIEDIUM
DENSE
VERY DENSE
0 TO 4
5 TO 10
11 TQ 36
31 TQ 50
OVER 50
SHEAR STRENGTH O� C�HESIVE SOfLS ts
VERY 50FT
SdFT
FIRM
ST1FF
VERY STIFF
HAR(�
LESS 7FiAN 0.25
0.25 TO 0.50
0.50 TO 1.Q0
1.00 TO 2.OQ
2.00 TO 4.00
OV�R 4.00
RELA7'IV� D�GREE OF PLASTICI7Y (PI)
LOW
MEDIUM
�IGH
V�RY HIGH
4 TO 1 s
16 TO 25
26 T� 35
OVER 35
RELATIVE PROPOR7l�NS %
TRAGE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 i0 35
B6 70 5a
PARTICLE SIZE ID�NTIFICATION (DIAM�7ER)
BOULDERS
COBBLES
COARSEGRAVEL
FIN� GRAVEL
COURSE SAND
IVIEbWNi SAND
FINE SAND
SILT
GL4Y
8.0" OR LARGER
3. D" TO 8.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 rrtm TQ 5.p mm
4.4 mm Td 5;a mm
Q.07 mm T0 0.4 mm
O,OD2 mm Ta O.a7 mm
LESS THAN 0.002 mm
��-���6e1] 11�Iiar��rat� �.nd '�o�nexn �]wmed ]��sg�ess
E�a�er���se Co�pli�nce
'�]H[YS �P��� ��lE'T �l\T7[']Cl�T'�'�OI�TAi1]LY ]�]L�l�TT][�
CITY �F FORT WORTH
S 1'A1�DARD CONSTRUCTiON SPECIFICATION DOCUM�TS
Revised duly 1, 2011
NORTHPOIIVTE 2A-INCH WATBIt TRA7�5MI55ION MAIN {N4-lA)
City Project No. 103505
¢v
� �
W��
�
¢
�
�
�
�
�
� �
��
� ��
�'�"�
LL �
O �
� �
V �
�
�
LI�
�
�
�
�
�
�
�
�
�
� � �
�
�Vj "r
�
r- o W
Z
O � � �
� � r� .
w
a d � �
� � � � �
� � v
�
� � �
� m � �
�n v o � a �.
C� � � � � �
� � a�
� �q � 6 A �
4 V � ,v�� �
� c� � �
OE • � C � C
� ,� W m
7 �
� � C x
_ � •� a
� �
A o z �
� U
. � � � � � �
� O
� � �
�
.� � � � '� � N
��❑ `���
�� G
N� C� ��N
H � .� �
� � w °�
� .� � � � �
� � s � O .'� � f�
� � � � �Rn� � � �
� � 1"' � �
� � � � �� O
C
� ¢ W � �
� d' ��-' U � Q1
� c� t�n 00 �
6 � o � � � �
.�
� � � � � � �
V � � � � n x �
� � � a � ❑ � v a
� �
� � � •f�1 G � �W
c•� m o �, � � � m
� � A � � l�0 '� G�1
t]
� •Q � � z �Q7 � �
� � �
�
.°� N � a �
�
� �C � '�' . c
� � � � q � a ' f!9 �
O � � � v � � Q � 7,
� � a � '� � �, � �
t� � � � � d h ,s
'�„e � b � �
�� � w � �� � � � �
� � � �
� � � � 'C" :.� Q. �.% {E.� � �
O0.'
�
Q
N
C
L
...
�
Qi
0
C
o�
N
� C
O
�l l�tl
C O
�
(6 �
'� a
, N
a�
,�a
s� o
� m
i �
•� G
G
C C
N
m�
� �tl)
O
� �
C C
� .�
O .p
N�
m
N ••�-
@ �
��
E y
Sm
O�m
� �
u�0.. a
Q1
��
� �
�,
c
a �
U �td
w �
o �
C
��
� �
� v
5 �
m '�
C �
O�
a �
a �
�c �
C
a� �
� �
� �
N �
o '�
� C
��
G
� O
��
F� �
c a
� N
�n
N�
c
\�% 0
� �
� �111
Q' G
W �
N �-
w
� �
�N �
m �j
G1 p�
� m
t �:C
� �
w
N �d
��
� �
d
� �
a�w
� N
C �
��
��
.� �
ffia
� ltl
��
Fp. �
G '..Q7
O C
d�
'6 �j
� o
�� C
0
� �i �
� � �
03 r�+ W
� U N
N
�
�N
�
�
�
rn
sa
N
L �
� C
�N S
�
O
�
� �
O ..�7
��
� �
w0 �
N
y} Sd
'•�p 0
.0 �
��
� �
� �
� N
E�
��
� �
�
� C
.�+
m �
� �
N�
��
�
m�
�
9
Q �I
G
.L7 �
y�7
{Cf �
6 �
�
Q3 U
4 m
w�
� y
�l �
E�
� m
Sr
� �
N �
��
��-T QS
�'U'.'
w�
N V
C
C �N
ma
N
c
O
m
�
�
H
�
c.i �
��
� �
�
��
D
�
m �U
�U
� �
��
��
N
� m
�E a
m�
� C
t4
�U
f� �
�
� �
O�
�
C�
� ,�
Q
� c�
� C
,� �
a
� m
t �
��
L
� Q
�a
v�
x�
� c
��
��
� p
�
�
��
��
m�w
� v
� �j'
C C
Q1
o�
� •�
�
C] U
� G
.Q
S �' �e
� ��
� W O
�
� c �
'� � �
�m�
-$y�
m:Z .
't� i� �c
y � 14
G � �
� � O
� � �
d
°4�
N L �
� C
� `�
N y
r/1 �` N
m '� �
�w �
d � o
�.-.
N y'`!�
C � U
�.�'�
t1 � � �
� c `�a
.� a�
C �
0
� � — N
�' �' � yp�
Q' � LQ
W W � �
�
N
Ul N '�j �
C C +�-' G
47J
� � � d
m P
t!J � � �
� � �
c � � �
O � �
N � = 7
O
��._v
N �
� � m 1]
� � � d
-�,mg�
w�,�at
����
� ���
� ,'G+ " aj
����
0.��lU
m C � �
-�°' ��°
���y�
N•�t�l tl
d
� O C
��$
.�J � N f0
�cl-�- �
7 � • �.
.cy�m
'^�7 � +�-.
�
o� �
� �
<4
� o �
�� �
E.aa�,
�a
� z � �
� �
a
� a � �•
a�i � � �
ro N
� h � �
�N � y �
� C O
x y l4
� � 'C �
����
7 � E �
G E��
4�[ � p �
� � c
m� m?°�
�gm°
�y � �
�
'� oo a �
�N � � d
U � C �
�� g�
o �
Q
�
� °'�fl
a ���F[
�� N
0 C � W1/�
G � � V
C1,i�-6 U �
� c
L.. Y � �
� 4 61
�
'y N
���� o
�'�'$°'
L� v `p O
❑ � m'L7
�
���
c �
� � 7 y
D
�imE07
c aea a
+�,• �p '��„r 7
�
o � � o
����
��� �
a o �
'p t1
0 �6 m �
y � � �
•� � � 7
� � �, �n�
w � � d
c � � �
� � � o
��
�
•� � � �
�
� U � �
a��c�
m a � O
����_
01 N �'' �
� � � � Ok
r'� .�
� R?. � C w
U y c�0
�
O
�
�
�
��
~ N
� �
�
Q
�
�
�
�
�
�
�
.�
�
�
�
A�
�
C�
L�
� �0
� bN
� � �I
���Q �
'� � � so
�` o
����
�F� �
N �'
8 m pf O
� Q, �' O
N y � Q
�I D T b
�
�� �,q
G ` �
� � � �
r� � � �
o Q
� � � �
� � N .�
�� � ~
��.��
�� `� c
d �S�
����m
� j � � N
E � y � �
Q � � � �
��s�8
�'����
�$.��'�
a��p��q
� C U LL3 d
����o�
'y � a 'y N
3 - d �
� � � mi �
�.�� c�
�
���,��
.S � �,.a L��
N �
� � �� �
���N�
� � � � �
� i6 Q �
a � � � �
���'•-`��
�€��'�
� `" " � .�
� ��
ra
w �o�w
m
�N�m�
S � �p N 4ytl
,� ih V m 44
7
a1
�m C7p�
� �? � �°' �
u� ��v
N �
C w O � .
��� � a
� a � � �
� � $ N
C � � �
m � � []..l�
��7; a�
�- C N � U
�a
��
'� y
N �
W qJ
� �
�a
��
E 'Q
U $
U
� •�
O�
� �
3 �
w
N o�
�
�a
N �
A q�
N
� �
.y
� �
rn�
��
�
c �
$ �
� �
� C
� :�
� �
Eg
��
� �
� ��
�
a v�
d °�
N �
L �
•� �
. {�} �
�
��
� �
U�
�
��
0
U `�
y��
U
� T �
C
� � �
��
•� QN
. =
Lf�°�]
� � �
�r
� C O
a ��
m � �
rn
C b
Q1
�,,�'�
-£'. =
C7 U �
�
�
�
.�
N
N
(�
�
[k!
�
�
e
�
�
�
:�
�
�
N
d
�
.�
�
�
�
�
�
�
�1
�
�
0
v
�
�
V
.N
0
�
'�
ci
�
�
�
N
�
R1
�
�
0
s�
N
�
�
�
a
�
�:!
� � � � m
� � C, � � u� .� m C q) �
C +"x- .Gl � p- y�i � Q ;� �
~ � i z� z = za z � zdF'
� ❑0 ❑ ❑ 0 ❑ ❑ ❑ ❑
� � �, �,
'� l6 C @ C
6 LL. � � � � �
lL.
C ❑ � � ❑ � � � � �
� � � l�0 •� � U � .� � � � •�
� � ¢ ci � � � c� � ¢ � ci
❑�❑❑❑ �❑�❑ ❑❑0❑
=-'- �}.:'w' - - :
� � � ,.;H UJ � ,i;
O+�Q � :�,; m+� � .fi`> s �
� ` _ '( ? ' S(rii �
� � ❑ 't f V ❑ I '�,� � V ❑ _
� a g c� : c�» ¢ :Y; �; � ¢ � ; . !
� ��- � �' � � o � , ' � �' �' p �:
�. � � m ��.;, � G� °� ,
� � g � � O � � � � � � !� � � � �C 0 �
� � -��- ���y: : � ❑❑� 0�� ' '� � ❑Q❑❑ �
t : , � . . � 3� .��� r � � .� ' � 4, " ,
r
� m ` 1 i � �� V - � .� . � � k ! l �4 k �'.-- . ...,...
� � i � ' � ' � � J F ��� E � �e �'
f!� . . .. . .. . , _�i.t� ' ' z�`:�:; �Si'
i.Y�:"�q?�� - µ i� �,���;:r^�' ' i: ��":�i+� ��4,�ilr�;zk ' 6 7 m
V� .. .i �� .,� 4�' ,''� � 'f�r���a Y�4a-s
�w ' . , � , , � ''� � `� � � �. {' {:
r � �;�� �
� : n � �. �•�� , � ,.���yY�.c; �,� �� �a � U
�d , �f : �a+s� ' �s-.i � ��-
'� � N f_ � 7r � y � I' it J i� � ;�"�`�,b .
�� �u. i �'� , m� , .t',i � �, � -�,� � E{'s
� 0�y �'. �� 't i ?, s; 'p�, ,�' •'s � •� �� � i r'" � � �
{{� � �'IR . � S' '^ �� � . � � �V �y� �.f '
ry � _\V . .,; ��. '::. I i� : y;�t
� � � .i.,��?`.` �: . �' � : � � ..t.. " � y�
ua � ? a;. oo �y. �'; . � � �. � �
� �
� L �i . r- L�� f � '� i � � . � a� �t.
n° r�y�� ��c�; � `a: '�,�; �� � {�� '
� �'
� @ . � � p �l (�,' ` O � �G � � p "d 'I p � � s :, � � �,�, ;
� �,� af;n�i Q +� ;a �:E � o„,�;;a �y.
� I' W -. �. I� G� �Yly^i I�'� � � } � �
. . � ' ,ti, _ �a5 �i ' ; fr � ��y � $ � � 4,
. . � . . x, � �.i c � ,
' ' � ' . . xe �3 �����C'f L i�l-:
� �"g :,;rr;:,.
, � : � � � . , ;;:_,, t
:,� � . �� �� � ��;.::::�
r `� . � . ,� �. ' . �. . .�, ..� .. .,�,� .E� �; :";s::
;,,� .�
;t�:..,
�� � ��° � � ��o :�� ��.. . .�. a� . ;>:�,3,,
QEli � {r,' r v .' .-'� . .J � . 44 . � � ti� � {-�j_ � ri�'�:k
v� I�i� �' �, +� ,�.0 .' . '.N � �' �'� �. U� . j� s4 . a
� � . ��O � �OF .�S � r ;�U 'i . � �'' .. � � . +J} r , �.-. rn
N i.L, i3 "V; 1'; CfJ t� Q} .�� «3' Q`r ' fl-" -� ' i�} E� �
N Q. C' C ..� r.,,.� v� 'x, '� d7i ,�G3y. �� LrL� ��Y aJQ� �?
� � � '�+ �� �� .O '� � ,i? `N f' �i� '�' � .'+J. ,�[�.}.'.� ' �� 'C
Q f!: �' �,. •� '�: i�G �q � '. F � • Y.L} Q}. .Q s%7 i� L� ' � t !Q' '
�x C 4'�L �[} .
a Q ' f!F �Q 'P+ . ;O � ' •� G3 �. n � ? � Q' � '� iD �. � . � '
a V � iV � ,f� � [37 ' o..._i �n +� -, �{tl� aj ' D Q �' �F t _.� ,
G �- yk nr �� O ,ti ;. �'� � ' � .i ' �-,�, . � �' � 't° �
�' 'C� : �i � '�Y'. ' . 'w�' � { .4^J . _�r �i7 �'��. �� '. Cr ',-" .0 4^; �'. '��
� � . � . O � . Y_ O . � O
O ,�
� � � 0J � �f � 4�1
t� � N O. y �
Hl H � fA � w �j
Np� � N U
C � � � � � S = � .� C Pi.l � �: 1,�p
� � �°� o � � .�°� o a � �� o
[� � � � �3 � �4 � �LI C� � B 0. LL1 U
N
�
�
4
�
�
� �
� M
� �
�a
¢
�
�
�
�
�
�
�
�
�
�
��1
R,�
�
::3
�
��
�
�
�
`�
�
IC
�
�7
�
Ea
W
�.
�m/
V
�
6
�
fB
Oo
dl
.�
Q
�
��
O
u
�
�
�
5
a!
�
�
�
�
�
�
�
� C � �
F-.'
m a � � � � � •� m � � � � � �
� Z � z� � � �Q � � Z� 1 � �Q
$ ❑ ❑ . ❑ ❑ � � � ❑ ❑ � ❑ ❑
U � m � m
� E � � � � � �
R a� � � � m � � �
� 0 � � ❑ � � C� � � I� � �N
U � � �
� � � ,'� � � ,� ,� � � � � � �° � �
� � � � � � � � d � � � �a � �
� �oo ❑ ��❑ ❑ ao❑ ❑ oor�
: _: , .; ; .�y . €:::,��.,
� {f] , �' ,��: r;
V ' t:�{ {� �_ _:-. J,' f
U $ _.?.,.;.F. � 'f�4�i�� � � -:
�' � .t� - � ,�{: � .,.���� � �;,=+i -
C � � _: r,�:. �a:i'�:
Q: ❑ _':. t - : �.1 >- 5.y-.!
g xf Y � �'�.:'+ ❑ 't � 'b-¢'i ❑ S '..:
� �..:.:_i,. � . � .X�', f , L.:F.'+.-n _
O a `:,-4+:, � f:..:afti � �,�.'•"' U r'r=i
❑
� A�Q 4s _': U) Q� : � Q �' f� Q
U F- { a, � U H x`� a g U F- `� �. � U�-
� n � o �., �� � o �� ��m r� o ���,���� o L�"
° �' � ,; r
a�a �w— O � � O� 4 ;� � Z � O '` t,�e � � � 0 . i v � � � 0 � f_i
`�
� � ��❑�:�ry,;;': � ❑❑❑❑:;'s:;ic�° V ❑❑❑�`�-�''`. ' U ���❑�-E.��`.1`.'.
y, ' �- k�ac`r ��s F� � .�.�_ ir e ;_ r s , s� .,- r�`'�;�a����,�'�tFr€�s.��� � .._�_ _..- .__
:� m s -- � ,' r� � ' � 1 -_} r
} s �� , � a t . ..:F'.
� ~ - r F �'_� :� s�r C� � '_. , � . . . - ' I
� s 4_� t Fy. 3� , f i' t> ,,' �
s�,.l ,. �;r '� rrn - ._ � I
_�� �"�� tY�'x�9fi� �--? �, tu. i! ���"' . „ �c,�;`t �$"ixt v'
CrJ z` : A�t' �y M F �t i I �,� ��s�� 5 '
� 'V"�s _ " ''�" 5 :_�t;:! ��':,_ ..I. � .. '�4'' � �'" } ".
.54; t �.t«� �P , �. ti� �' � i " -,. �.
�` .r � ''f .� Sy � �5-� — ' I'' . . � � ii .
� i�K '} _v� r �� I . 11i� '� I '. .' f � �.��I.`.. ' � I
� W �,��, a '�'t r� ,�; y �. ,} '. 4r} I� ����_-'~ y �� �+i
Ni � $' Y � � � GI f �. ,.J�. . � � 47 'Ik' 1 3� - G� , y� };,
y. y_ [, .�. , f'r) �P � i "r'�.'.
fd � Q. r�? z�i . $ g' .'..'f � ti ` �II�' ' C��.�r 9' r'.�•' �
�C:. :._;_. ,;,,r ;,._ R:::�ry':�,4_�__ � is _ ' fl. ; ''��L,H:
O ���- '€ y,�=' ., �.. �=:. � � --t,'� � 'r,t'� -,�. a �� �
j � � �'� s� �J . ' . - VJ . ' �-� ���', .'� � ;,,: , . � � ,
��a � d � , ' . ' � . . „ � ' . . .
m u', � � , ci � C: �� .
� �r,s-;;::-�_��:�:� ;:% � . � � . � ; �� :� . � . •� Y .
!� d fs:::!`��fl.s �• i�''� [. � m . F � � I . ' � ;�, � ..
� � !!7 �'�:=.'. :��4� i. � tA# ' ' � f' ' 4y . . . � ;,: ' ' .
� �=.�'", ; � , ' � ; ' � y� '� . ' �
� G 4 E_.; ti-b ";: ' `:_. � . ' O . � 4 � � ; ' ' D I � ' Q 1' � , 0
fi� ��A{'�.^A �£ 8 ' . m � 4 � . .. � ' . d � ; � �
€' ¢ A'. Q 3�: a� a
�.
F'� �i � ' � RR [.� '. , , ' i9 : � , � � � . Gb .
� .. iI� . .
._43 ..-,- . . r-I -' ._ _..� _t '-�,r# .7.-. ' �-�ae ��r a ev'wiike;"'sy:' `•.�. � -- � . � : � .
iy t :1�.. �, . ' � - ... �.- (.:. £ a"C ��kSt � _
�<�Y���S.':'�I' ' .. .I� � . . .} ' � .. , ' .
,>,� . � . . _ . . . . . .
?:'s:'s;i� . . . i.�.. � ..
';�c'u���;�'; ; �i; . . �. ' ', , . � . ' F _ �. � .
'���,�s" - :.. �y��. . '�� . . : ' . � ��2 � ' � t`b� , .
' ;.n�.
n7��it�� i�, . . .. ��i . . _ _ . .
[L '-,�:sr,; .'_ti�.'' . . I i.` . 'i�� 'yy�+• '�r..
O � ;'r'' _�" . � i _ . . ��� .,�.`_ �,4__.-' . � . 'if�'- � ..
�lli ={;�;1::' :., ��ii':' . �4 �. '��+� _� . _ � . ' ''�.'' �
(�l � '�:�,�`�'l�'�� .�.k?. '' L .�.� :.ti� ''-1. " �} ' }��.�' '�}�� 5'�.-.'�. �
tl/ � S<•,F�;S� . . �� � . . � . � ' _ . . I � � "_ . I�' . .
�} 0. "�"a�%w: ��' � .��_ y �' .
�'Y � �Y:� , . . . ' .. ��Y' .. . '$�� .
N 5''i�' . . . . . � I'� ' ��r'�� ''' � . . ' ' ' .
�,�e:�va. .
i�N•� .
� „ :�-.�f-' _ . ._ . +.�*ti�. �i.l�; ' ''j"���' � 'I:
� � �„�ii� � -�i ii" . . ��'� ,
�� .��,;s�_ '��x� ; ��.t , '�'i'��, . . ' . 'r'" 3 �`�� , . .,2';
O :z�.,�:�_ �...: _ •.�':�� . ;��;;..:'� .-,-. '+��.
� � �. w`R'-u; � �'''- ; �'� . , 1 . � . . 'Yr,:•{ .,- , . . .:# ; ,' . ,
� :i:, . . , . , . .I+,:... ,�,: . _:ti.�i ,.M�, . .
�� ;ii� �. . -�� �� '.. � .� '�p �� �. .. . .. .� �� . �.�'_' �-
� O � � � EJ � � O
�� � � � � � N � N
� � � � a� � � � � � � � � � � � � � � �
'm � a � � ' � � � e 'ri� �o o � c ia� '� a � c
� � �, � U � d � Ll�ll La � Q � IE U � � � u�J �7
��
��
w�
�i
�
�
�
�
�
�
�
�
�L
r�
�
�
�
�
�
�
[V
M �
� �
� Q
ti �
N 0�0
�
� �
e-� �
� �
� �
N M
� I � I � I �
�a
0
rs�
�
a
U
�
3
Q
N
.�
@
�
�
�
�
�
�
�
�
.�
,�
�
�
�
�
ro
❑
0
FR
�
.�
�
�
�
U
�
.C�.0
�
�
�!
�
�
�
�
N
�
�
.�
�
O
�
Q
Q
�
0
�
.�
5
�
�
�
e
O
U`
�
�
U7
.�
�
►
�
r�
�
O
�
O
S
O
�
�
O
0
�
i�'
�
...I
�
�
�
8
�
�'
�
L�
�
�
�
�
�
�
b
�
�
H
0
� � w
� �.��
� .� c� �
_�� � � �
� .9 X �
� ��
.�` �� � �
�- � .� �
�,��'a
����
�
•� -[� :C C
� � E iG?
� � rA O
� � ` w
v-. � c3 �
� � � X
� � ° �'
���`w
� �� �
4 � � �
� �
�� �
�
����
�'n a
� ,C � 07
� �
$a�.
v �.._
� `� o LL1
� �� e
� � �.�
����
� �:�-�
�� � �
� � � �
��
� � ��3k d
���i
�
U�f� Q.�
� q � �
d�'��
3
wfl�o
-����
��
� 1` C �
'� � � O
� � D �
.SC � � � �
��' �; �.�
,�. W G �7 �
� 4 � � W
�TO N
��
.� � �� �
o � .x', � �
� � � � �p.
��� {u o
� � � �
� � C � �
r �
F�� c°���
� Q
oi � ,,� ,�
��a�ce�
ro
o�� �?,
�����i�
��
� � � � �-;a
� �,�a.�
�� �, c
�.� � �, .�
��a��a�ao
'� c z' �
C O . G �?
iU � � N L
� � @ � N
� c° .cn N C�
�] O �� �� U�
� � � � '�
��.��Q �
�i
�Q� ��`e}
�d�cC�?'
�_�°c°�m",.,�
�� �► �,� �
u"��'�'�
�i`�,�a�c
� �„ R1 � *� ts
« � {4 G L7. �
� �, ;� �
���� �� a�
•� �; •� �, ,�..
�' ;�r � . c� o
`oLJ'v � �,�
� N �
a° � ��)
C
�`�� �ro�
cx. � fl' Q- °' `a
���`�•�a
c�i � �'���N
� O] � D � �
� � �� fi � �
G1. 4 :} � � O
�
� �'� � � f�C
b O •� �� � ,�
y� cr _ia � �
O� � � � �
� � �s ,��p ui
Q1 O � �:] Y .C�
�'��Q�
a��� ��
.� � � 'G% �
� ��y � � � �
+� .....
`� dl O �+� ¢' N
l
�
N ` � �� �
� .a C� N �
CL
� � � � �� �
� � ' `�i �7p �
� �
'in � `� t� '� �
i4 � � � ,a ,�
���N��
.� C � � � �?
� � �� .s�:.� .�.
a
m�m��.�'
�
�
�
�
�
fZ
�
� �
�� �
00
i
��
{�i .�
� �
4�
N
� �
��
�
�
��
� "N'
��
��r.s
E7 �
� �
��
�
� '
�
N
�
�
C
�
�
�
C
c7
�
.�
�
�
�
O
� '�
� :o
��
�
�J�
!3� �
O .�
��
�
��
� �
��
M
tQ
�
��
� � � 'J
�
� � � �+
� � �
� O {� �
a 'A � �n
�+�.���
ci�.��'��i
�
a
�
�
v
�y
.�
Q
.�
ll�i
�
�rn
�
C %
� �
t
� �o
�� �
i�e�i��
ci�
wm�
+�+ �� N
�>�
�ti
��
�
Q�a
,S'r�l�co�at��ccto� .�e�Pe� of I�t���
To: A„E,A. Tr�tisporiation
2300 Valley View Lane, Ste: 22G
Iiwing, TX 7506�
Pl�one RT�mbe�•: (214) 535-5495
Fror�: Adam Lu�sford
Construotian Nlanager / Vice President
5. J. Louis Constrr�cfion of Texas Ltd,
b�t�:
Tntal Pages:
S�b ject:
d911012021
JRTorthpe��f� ��" Water Trans�issiou �IAIA
Int�nt ta Cantract �iinority Su�plfer�/ �ubcnntrmctor
If �watded, this letter i� to serve as Feca�� �f .+!:V $n*�neinng n,ir C. �,r, r..:;.�Y,;s ��n�±�:c±:�r. af Texas Lt�i,„
to enter� intn cantraet with ,A.E.A. T���nsportati�r� Jfo�� Tr�!ctc�ng 5�*�i�s �:e r�:� above r�ferericed
project; Th� estimated total cost �f tk�ese services ds
�,55.'�42.00
Tf y�u are in a�reement with our estimates and intend to enter into contract please sigr► this farm
anc� i�ax it b�ck �� ovr nt�ice �t yaur earIiest convenience.
Agreement by:
r.
Adam Luns�ord
'Vice P:es;�ent
S. r. Louis fia�nstructio�n of� Texas �t�.
,
Alex ori�ga
Title: Owner
A.E.A. TranspoYtetinn
S J. Lauis Co�tstruetfott of Texas Ltd., LLP P.Q. Bax 8�4
1Vp�rrrs,f%ltl, aTexas �60b3
t8��) ��7 o3ao o}�ce {�xq� ��� a�.�� F�
Subcvn�rac�or �etter oiIntent
To:
Phane Number:
Trom:
Date:
Total Pages:
Su6j ect:
I�a�stty Junction
3�27 �', f�ings�ey �iuite ?
Garland, TX 75041
( 9 i � ) 926�3526
Adam Ltansford
Frr;��±ur / ylc� President
5.�.1Louis Constructit�n afTexas Ltd.
a��io�2o��
Norrtlipoinie 24" Water Transmisslon 1"ti'I�in
�o
Inte�nt �to Contrac# Ii7[inority SuppiieY/ �ubcontractnr
If aysr�rdec�, this letter is ta seYve as record of #he antensions af 5.3. Louis Consttuction af Texas Ltd.,
to enter into eantractwith Industry ]unetion for Construction Materiats on the above t•eferencedproject.
The scope is far Construction Materials which t�eflects $82�,2$0.1 S.
827 284.18
Zf you are in agreerri�nt with our estimates and intend to enter into conf;raet please sign this far�rn
anc� fax it back to our office at your earlisst convenience.
Agre�ment by:
Ada H, L�z�sf d
Vice President
S.J. Louis Construction of Tea�as Ltd.
�
�� �
Rogelia Cabello •
Tit[e: Owner
Yndustry J�nction
S.J. iouis Const�uction ofT�as Lid., T r.p p n, R� ggq
1►�funs�eld, �"�eaeas i6l1b3
{8.17j ��'7 (1321� �ffice (SI7) 4i� OS�2 Fax
G���o�7 �a�e ���es
�']H[�S ]PA.GE ]L]EF'�' Il�'�]EN'���l�TALi�� ��Al'�K
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEGIFICA3'IO7� ]]OCUMENTS
Revised July l, 2011
NORTHPOINTE 24-INCH WATER TRANSN1IS510N MAIId (N4-lA)
City Pro�ecf No. 103505
2D13 PREVAILING WAGE RAT�S
(Hea�y and Highway Constructian Projects]
CLASSIFICATION a�SCRIP7lON
Asphalt bistri6utor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Broom or 5weeper Dperator
Concrete Finisher, Paving and Structures
Concrete pavement Finishing Machine Operator
Concrete Saw dperator
Crane Operator, Hydraulic 80 tons ar less
Crane Operator, lattice Boom SO Tons or Less
Crane Operator, Lattice Boom qver 8D Tons
Crawler iractor Operafor
Electrieian
Exca�a.tar Operatvr, 5Q,0�0 pounds or less
Excavator Operator, Over 5p,D00 pounds
Flagger
Form Builder/5etter, 5tructures
Form 5�ttec, paving & Curb
Four►dation Drill 4perator, Crawler Mounted
Foundation flriil Operatar, 7ruck Mounted
Front End Loader Operator, 3 CY ar Less
Frant �nd Laader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
�oader/Backhoe qperator
Mechanic
Milling Machine Operatar
Motar Grader Operator, Fine Grade
Motor Grader pperator, Raugh
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pul�erizer Operator
Reinforcing 5tee1 Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Machine Operator
Spreader Bax Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Driver, 5ingle Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Qriver, Tandem Axle Tractor with 5erni Trailer
Welder
Work Zone Barricade 5ervicer
Wage Rate
$
$
$
$
$
�
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
is.3z
13.99
12.59
11.74
14. �.Z
16.05
14.48
18.12
17,27
20.52
14.07
19.80
17.19
16.99
1p.Q6
13.8h
�.3.16
17.99
21.07
13.69
].4.72
10.72
12.32
15.18
17,68
1432
17.19
36,02
12.25
13.63
13.24
11.01
16.18
13.68
11.51
12.96
14.58
15.9b
14.73
16.24
14.14
12.37.
12.62
12,86
14.84
11.68
The Davis-Bacon Act pre�ailing wage rates shown for Heavy and Highway construction proJects were determined by
the United 5tates Departrraent of Labor and current as of September 2013. The tities and clescrlptions for the
cfassifications listed are detaiied In the AGC of 7exas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
2013 PREVAILING WAGE R�IT�S
(Commercial Construction Projects7
CLASSIFICATION DESCRfQTION
AC Mechanic
AC Mechanit lielper
Acoustical Ceiling Insta!!er
Acoustical Ceiling lnstaller Helper
Bricklayer/Stone Mason
Bricklayer/Stone Mason 7rainee
Bricklayer/5tone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/5awer
Concrete Cu�ter/Sawer Fielper
Concrete Finisher
Concret� Finisher Helper
Concrete Form Builder
Co�crete Farm 6uifderHelper
Drywall Mechanic
prywall Helper
Drywall Taper
Drywall Taper Hefper
�lectrician (Jaurneyman)
Electrician Apprentice {Helperj
Electronic Technician
Floor Layer
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
La3�arer Skilled
Lather
Metal Build9ng Assembler
Metal Building Assembler Helper
Metal Installer {Miscellaneous)
Meta1 Instalfer Helper (Misceflaneous)
Metal Stud Framer
Metal Stud Framer Helper
Paintar
Painter Helper
Pipefitter
pipefitter Helper
plasterer
Plasterer Helper
Plumber
Plumber Helper
Reinforcing Steel Setter
Wage Itate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.�4
13.57
15.83
12.70
19.45
].3.31
1�.91
17.75
14.32
17.00
11.OQ
15.77
11.00
15.27
11.00
15.36
12.54
15.00
11.50
19.53
15.fi4
20.D0
is.oa
10.OD
21.03
12.81
16.59
11.�1
10.89
14. �.5
12.99
16.OQ
12.Oa
13.�Q
11.OG
16.12
12.54
16.44
9.98
2�,22
15.39
16.17
1�.$5
21.98
15.85
12.87
Page 1 of 2
Reinforcing Steel Se�ter Helper
Roafer
Roofer Helper
Sheet Metal Worker
Sheet Metal Worker Helper
SprinklerSystem Insta�ler
5prinkler System Instalfer Help�r
Steel Worl�er Structural
5teel Worker Structural Nelper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel
Forklift
Foundatian Drill aperator
Front End Loader
Truck Driver
Welder
Welder Helper
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
�
11.08
16.9Q
11.15
16.35
i3.11
19.17
14,15
17.d0
13.74
15,00
18.50
19.31.
16.45
2Z.50
16.97
16.77
1J.96
13.OD
The pre�ailing wage rates shown for Commercia] construction projects were based on a salary survey conducted
and pubfished by #he Narth Texas Construction Industry (Fall �012J Independently compfled by the Lane Gorman
Truhitt, PLLC Construction Group. The descriptions far the classifications listed are pro�ided on the TEXO's (The
Constructian Association) we6site, www.texoassociation.qrg/Chapter/wagerates,asp
Page 2 of 2
G�-6.0� ]P�r���s ��d Util�t�es
']�]Kl[S �PA�E �EI�T �I�`TTl�I��[OIlTA�I�`� ]�]LAN�.
CITY OF FbRT WOATH
STANDAAA CQNSTRUCTION SPECIFICATION DOCUMENTS
Revised 7uty 1, 20l 1
NpRTHPOINTE 24-IlVCH WATER TRANSMISSION MAIlV (N0.-I A)
City Project No. I035D5
�+�' ����C3Y
;� Tk4����ii
GEIVERAL GUID�LTI�F�
�'OR THI1tD-PARTY CO��TRUCTIQN OR li�A�1tY'I`�;1�A1`�+�'L; �CT�?T�F�
Energy Transfer and its affiliates and �•elated companies ("ET") are dedicated to Che itigiiest �safety �tandards in tlna
contanued operation of their pipeli�n.es and facil'tt�es. OF utn�ost uxiportaric� ro ET i� rh� continued {?AfP.YV (]�� rh�
public �nd its pigeli�e and facilities during cansiruction and ather acti�ities on, across, aver ar ur�der its right a#-
way. ET is the►�e£a�e pieased tio provide thesa gene►•al guidelines ("`Guideiines") �ar thix•d-party eonstcu�ion,
bias�ing, instsllafion or modi�'xcation �� pi�elines, � undexgraund u�ilities, xoads, sheets, drivsways, ditahe�
drainage canals nr any ath�r type ai ternpora�y nr pe�•manent struetu�e or obstruction nr any other e�croachment
an, over, across or paraIleling ET's right�of w�y (hereinat�ec ref�ired to �s "Crossing" nr "C�•ossings'�.
� These Guidelines are iiitended to be consist�nt with State Code and are further based upnn industry standa�•ds �t�d
���aciioe. Thes� Guidelines a�e me�ely guideliues acid upnn noti£'icatian to LT o£ a p�ro�osed �ossing, �s 1•ec�i,ireci
by State Cnde� each propased Crossing and �its carrespanding �n.atized plans and pra�ile drawings will �e
evaluated by ET and the third-party requesting such Crc�ssing, pending iina! appraval,
�. �intiiic�tian
a. The parry requesting such Giossing shall u�e its best e£farts to pravide ET with its �nalized
p��ns and profile d,rawi�.gs At least thirty dxys (3U) days p�ior ta anyretatetl consit-�tction oi
maintenance activity. The Pip�lina Facility s�all include, but is not limited to, ri�hts-of-
way, f� properties, easements, pipelix�es, nnete� and regulatnr buildings �nd valve sites ("ET
Pipelin� Facility" o�� `°�'acilikies"), IInless atherwis� agreed to by ET in writing, no
equipinent shall ��ter �ntn FT's Pipeli�la Facility unless an ET representativa is an lacatian.
b. No exca�vation sh�aIl occu�r an t�e ��acznity �sfi�T'� �:�eline �ri��Iitirs u�ntil;
1) In accardan,ce with the Staf� ap�aaved Notificatian Centets, ET ahall �e nat��'ied a� least
48 l�aw•s in advance of any coustnxction ar main�tenance activity. You �ust cantact tl�e
State appraved Nokification Center at 811. Before ca��nr�aencing any C�ossing at ar near
ET's Pipeline F�eility you must also car�tact LT's �ielc� Representati�e(s} �isted below;
Wesley �alqew a� {8R�] a4�-�2�t6, w�s[ey.baf[lew@energy¢rar�sfer.com
2) UnlEss o#herwise agreed to by ET in writin�, anET_represcntativ� is on sit� ta inonito�
the excavation activities.
r 1� i+ �' 3 � s�_�� 1 t_ i t__ i d; r_ r' �
Any proposed eansiruetion or maintenance activity in the vicinify af ET's Pipeline Faoilities wi11
require s�ibmittal af final plans and prniile.drawings fox• prior review and approval by ET. One
(1) capy of thesa drawings must be submitted ta �T's Enc�•oacltment Aeparttn.ent via �-mail
� xc o� ....�u �:�.,��.rat��,k.....tm. All plans and drawings rnust show in detail, a!1 of ET's
Re�ised SI19/2U21 - 1-
S 1 1 L. Il 5J 1
�� TRl�l�4;?FE�
Pipelin� iiacil�ties� its cox•respondir�g ri�it of-w$y and any other land�na�lcs that wiIl assist �T
ii� detennining the locatipn af the proposed Cznssing attd the effecis of the proposed
cansfi�uction or tnaintenance activity an ET's Pipeline Fanilities.
3. Fn�roa�l�ment � eem .��t
�n ccrtain iiastances, due to the kype o£ Crossing required and the p��nbable unpact upon ET's
�`acilities, an eneroachment agreement ynay be necessary fo�• px�opased canstruction ar
mainte��ance witb,in. ET's pipeline Facility, ET shaIl l�� responsible for �repai�ng sucli
encroachment agceement and sh�11 bear the cast and expense in such nr�i aratian. Such
enci•oaclunent agreement slzall oittline the x•esponsibilities, cnnditinns �c€ liabilitias of the
pa�•ties and must be fl�11q executed and in 'ET's posse.ssion ps•iqr to cominencing any
cons#�cxction activity.
4. Tnsurgnce f`_overaQ},e;
In cer#sin instatices, dua to th� type of Cr�ssing required and the grobabl� i�pact upon ET's
�'�cilities, ET ��nay require evidenae of comprel�ensive general liability insurance co�ez•ag� prio�•
to any canst�uction or m�inten�nce activity in the vicinity of its �'acilities. In the evant ET
�•equires evidence nf comprehcrnsive genea�l (iability insu�ance, L�T and/o�• its af�liates and
related cnmpanies, whiche�er the case ma� be, shaIl be named as additio�nal insured.
S. �:ra�ei��gl�4nelinr._fi . thI�'.�����n�
To protect ET's �ip�Iines or re�ated �acil�ties �'i•om addifiinnal external loading, ET may
pex•fozn� a�ield survey aud an �nginea•ing study to dete�•mine tlie effec#s of any proposed
activity ove� its pipelines or related Facilities. Mats, fimbei, si�•-bridges, rn athe�• protective
materials deenoed neaessaz•y and appxapz•iate t�y ET rnay be rec�uu�ed and plac�d over ET's
pipelines or ralated Facilities for the dw.•ation of any loading, 1Nhen utilizing an air-�uridge refer
to E�zergy 'I'ransfer's appro�ed design. Air-bridge design provided upan �•equest.
6. Exc�vntiniy. Cu L�rF'li neflr F,T's P lii� Fa .ili �
a. YTnless ot�ierwise a�}•eed to by ET in writing, an �T 3•ep�esentat�ve wi11 be on location priar•
�O AI�CI C�U17Ylg C4115�L°11C�(bi1 gCfi,1Vi� W1�i1111 ET's Pip�liue Faciliry,
b. No heavy equipment of arry rype will be pe�•mitted tn wor� di��ectly ovec �T's pipelines or
related �acilities, uuless atherwise agreed to in wriiing b•� ET,
c. All excavatian within eighteen inches (18") of any pip�line vc+iil be perfar�nes� �y hand Ati
tl�e discretion af ET's onsite representative, excavatnrs may he a•equu•cd to �and dig
6eginning at a distance grea#er t�ian efgltteen inahes {1$'°),
d: A�l excavations wit�Yin ET's Pipeline Facility sha1l be backfilled with a n�inirr�um nf eig,ht
inches (8'� lii�� vf backfill material, �vhei•e pipeline padding is reducetl snsure bacicfill is
clean iand frec �i'om rock, �as�t, concretc, ntbbish, nr �azardo�s materxal. Sqii backfill must
be cnm�acted tv the satis£action nf the ET onsite inspectar sa tlaat settling does not occur.
e. No �'ade cttts will be peimittec� within ET's Fipeline Facility unl�ss otherwise agk�eed to i��
wxiting by ET �nd with ET's rep�•esentative an ]ocation. An engineering sri�dy may be
�aerfoz7med ta ensure that the latera� stability of ET's pinelines or related k'acilities a�•e nnt
a#�ecteel.
Revised SII912Q2� � 2 -
� ka f 1 b 1\ N 1
� �'�ANSFE�
% No �iu sltall b� pe�•initted witl�in ET's Pipeline Facility unless nth�:wise agresrl to iax w�iting
by ET. No more th�n twenty-fouc• incl�es (24"} of e�rtlzen fill material (pipeline cnver not ta
exceed seven feet (7'), fl•ee from any rnclrs, irash, concrete, rubbisl�y reba��, haz�-do�is
materials, etc., will be permitted wit�in ET';: P�peline Facility, unles� othe�wisa agn�eed Co
in writxi�g 6y L�T.
g. Earth�n cove� rn+er ET's pi�elines sliall be thirty-six iu�ches (36'� or no less than what was
ariginally there piior to any constt�tctinn. In t�a event that ET dete�•mines that a lesscr
cover will nat increase the risl� to tl�e public or inc�ease th� rislc o� a break, leak, rup�iu e or
oth�c ciama�e io ET's pip�lines or reIated Fgcilities, ET anay allaw a lesser ea�the�. cove�;
in a rninimutn. �mount as deter�rnined saiely within the discretian of ET.
h. Na krash or debris sliall be placed in any ex��vakion or left in oz• on ET's Pipeliue �acility.
i, The creatian af sto�� water nutfalls o�� othe� watear manage�nent eont� ols whiah would rnalce
the pipeline right �f-t�vay moi•e susce�tible to erosian are not allowed.
� •�_� � ii �i� i� s�
a, Unless otharwisa ag�eed to in writing by $T, na al�avegraund appurtenances, structures, a•
abstrnctions of a fempo�rary or pesrnanent nature shall be located withian ET's Pipeline
Facility that, in any way, inte���e�e with operaCing, jnaintainin�, accessing, iris�eqting,
repairi��, madi£yi�ag, rep�acing ar rel�caiing such Facilities. The appuKfenances, �fructures
and abstructicc�s ��oiude, but aee not limited to the fallowing: buildings� sh•uc�u�•es, szgnag�
utility poles, steel towe�•s, guy wiees, ather s#�uctu�•es suppo�•ting serial lines, sateilife
dis�►es, manho�es, catciZ basins, septic systems, utility pedestals, hans%�Ynei•s, fire hydrank
lai•ge spails of earthen materials, decks, paols, baats, RV'� aailers and skoirage of
haz�dous or non hazardousmaterials,
b. Unless otherwise a�reec� ta in wrrting by ET, no for�ign tow�rs (Wind Turbine and
Communicatian Towei�s} are p�tmittec� witlsin 1500 feet (15Q0'} of ET's Pipeline Facili�ies.
Refe� any rec�ues�s to khe R.ighi-of-Way R�presentative/Enc�oaahments G�oup.
$. ��nsed Pine �nd_II� I ine.c
a. General Gt�idelines:
I. For the safety pf the public and to lessen the rislc of a break, leak, rupture oa• other
damage to ET's Pi�eline Facili�y and in furtherance n�'the state code, ET°s Pipeline
�+acility sl��ll he posiiively loaat�d by ET before any Crossings are consh ucted or
installed near ET`s Pipeline Facility.
2, Plan and profle drav�iings ar� required for all foreignutility C��ossings.
3. For open trench Cro�sings, ET requires a rnin�nutn c1ea�•ance ofr twenty-four inches
(24"} l�emaintained between tl�� b�+.t«m c�- I�.T's pipeline rn' ��elatedFaeilit'te.s anid
any foreign ]ine az facilities unless atb.e��wise agreed to in w�•iti�ng bp ET.
4. Fox• conventional and horizontal d'u�ectionally d���lled (HDD) bore C9•ossings, ET
rcquires a minimurn clearance oi' �IlIT�.ji-S1H inches {36'°} below ET's
pi�elinel�'aci iities.
Revised 5/19/2Q21 - 3 -
e�.��.� �
� �'��+h1���R
S, k`or ]iozizontal direction�lly daiiled (�iDll) bore G�•ossings tlt�tt are large diameter,
twelv� inches (12") or gi•eatey�, a iniiiimuin of sixry inches {b0"} of alearance belaw
�?'!'°s T�i�yeline Fd�;l�.*:a� ��nd a�c:r•nss the entit•e widtii of ET's cig�t-of way is reqtiiied.
6, Excavate ET �'�oiIities at the po�nt af t�ie p�r��hs��l Crossing o� the approach side fia
ve�•ify the at�ge�• hea�, boz�ing an;� i,ristall�tion process wi�l npt c�am.age L�''s Pi�e�ine
Iraci�ities.
7. A.11 �or.eign iines shall oross ET's �ipe�ine Faei�ity at ninety deg�•ees (90°) o� at an
angle r��' itat less than �orty-five degrees {4S°}, uniass othervvise ap�•o�red by ET.
Langitudinal occupancy of L�T's Pi�eline Facilitywill not be pexmitted.
S. Buried utility lines must be identif"xed witl� nea•rtrat�ent abave�routtd �nnarkers vvliere
lines enter �d exit ET's riglat of way, Instai[ation and xnai�nienance of the rnark�rs
shall be tiie responsi6ility of tIie foreign line owner.
9. No manholes, valves or ofher appuitenances will be permitted within ET's Pipeliae
�'acility. .
lU. No vertical or hor�zontal bends ailor�red witlun ET's Pip�line Facility untess
apprn��d by ET.
11. ET's Pipe�ine Faciiity is cathodieally protected. All Q�178i CA[I30tIiCS�Iy �]Tbt�Cfi.eCL
facilitiss t�xat entez; or cross �T°s �ipeline �acility must have test leads instailed
Any inquuies �'or coop�rative testix�g �hn��lci he directe,�� to ilte atiention oi ET's
Fielci Representative nu locatian. Any utility Crossings that may be negati�ely
affected by �T cathodic protection will need to be designed accoi�iin.gly {i.e.
caated, cased, etc,}
12. E�` may requu•e e�cea�vation of its Tacilities to pe�•#'at•m aox•zosion reXated tasIcs before
and du;ing f�reign lina Cirassiiigs as required.
13. AIl i�nde�g�•aund uti�ities [othei• tlaan xesidential talsphone, cable TV and 2�F-volt
DC power li�aes) may require plaslaa identif'xcatian tape installed no clas�r tl�an
eighteen inches (1 S") above tl�e Iine.
b. Water ar Forced Sewei Lines
1. AlI rnrate�� a�Sd sewer ti��es sliall b� eitl�es (1) duotiie iran or steeI casing {ooated ta
protect it from ET's cat��odie pt•ntection) nr (2) skeel encased in plastic schedul� 80
PVC far a muni�tun oi 5 feet on eithez- side of any ET's pipelines at xeIated
T�'acilities oz• (3) siandardPVC�ipe.
2. �orced sewer lines sl�all have no pipir►g cot►nections located witt�in S-f�et o� any
ET's pipelines o�• related Facilities oi• placEd vvithin HT's pi�eline e�sement.
Revised S/I9/2021 .. q. -
ka 1 y k 1� 1ts 1
� ���NS���t
c. Cammuy�ication, Pawer or Cnmbustibl� Mat�rial Lines
1. Wh�n apen h�enehing Ci�a,ssir�g with underground fiber optic c.abies, te���hnn� anri
tel�visian cables (othe� than residential telephone and cable TV} c:�u�sin� ET's
Pipeline i�acility sliall be installed in a•igid non-me�al�ic conduit �•ritl� i��gs u�
cor�crete-rnix plaeed directly abova and belaw fhe conduit across ET':� ri�E�t a�
way o�• simil�r company appi•nved m�thod. Place wa�•ni�g buri�l tape the. wid�h af
ET's.right of way a# least 18 inches (18'� d'u•ectly a�ove cammunication cables.
Bags o� canc�e��xn.ix and buzial tape are not ��equiied wl�en installit��; via l�DD or
c�nventional bnre.
2. Wl�en o�en trencii Crassixig with unde�graund elecEric cables except 24v�1t DC
power Iines (including single residential ser�ice drops) erossing uride�• ET's
facilities shall be uistailed in nonmet�.lic condui� witi� bags a� cance•ete-�x
placed directly ul��v'e �nd hefov� tlte c�dnit ac¢�oss ET's right af way or simifar
company a�praved �methoc�, Place r�:�l warn.ing but•lal tape the widfh of ET's right
of-way at least 18 inches cli:�criy abuve [li� cable, �i ���im��m ,�f thi�•ty-six inches
(36") is rec�uu.ed if over 600 volts.
3. Wl�en undeaground electric cable ov� 10 kV is crossing L�T �ac�iities it shall be a
shieldeci cable insta�led within ridged non metalUc easing. Bags af conaet�mix o�
a S'ItT111A1 ET �}��oVed i7l�th� 1 rnr�gt h� rlac�r� r1irP.r.tly ahove and helow f%e c�sing
actQss the Witiith oFLT'3 e��gl�t �1� ::�ay. Plac� red w�-ni�t� btu�ial ��p� �h� ►e�:�th vf
ET's riglit-of v►�ay at least i� ix�ch�s iirect�y a�ove the cable. ]ET requ�es ��
minimum clearanee af sixfy inr.�es (60") below ET's Pipeline Faoiiities. Bags aF
cancrete�mix and burial ta�e �•e not required when ins�alling via HDD o�•
conventiona� 6are.
4. .Any overhead {�•ossing �xceeding I60 kV and �y power lines that will be
co�structed pa�allel to ttnd autside af ET's riglat-o£ way within 300 feet of ET's
Pip�line Facilities, must be agreed to in v�n•iting by E�'.
5. Ali overhead powe�Jcoinrnuzaiaat�an li�tes must aoss ET Facilities with a
rninimum vertic�l ove�head clea�ance af'twenty-five feet (25') to gt•ade at fi�i1 lQad
and z�aaxim.t�n tem�erature.
6. ET recammancls that all ur�de�ground xesidential tele�one, cable'I'V and 24 volt
DC pawer Iines be encased in plastic conduiC fc�� the £u�l width of the right-of
way. �
ci, Exclusiv� Easement Constiuction
1. When constructing a diz�ectianal drill across ET's easement a minimucn sepa�•atias�
of ten (10} feet rnust be maintained between #he outsidc diametc�• of the l�attam of
ET's pipeline and the top of a�y af y�u�• faoilities wit�in ET's ��clusive easeznent
�ea
2, When.cnnst�•ucting a c�onventional Uaie aa�t�ass ET's ea�eme�t aminimum sepaiatian
af three (3} feet must be inaintained between the autside diameter of the bnttom of
ET's pipeline a�d the tap of any of yow� �acilities within ET's exclusive easeinent
area
Re�ised 5/19/2D2I - 5 -
6 1� 6 �\ !f 1 p
� � �7'1 � � � � IA
.9. Pro�}�s�d R�saris. 5treetx. nwi�rewn� Acce�s�avc and �'arkt�ig ,ots
a. Load stress will be calculsted by ET tQ d�tez�aine if any protectian of the pipeluie is
requirec� for roadways, streets, t1t•iveways, access ways, akc., pla�uted to ra•nss ET's Pipeline
�'aaility. Xn the event it is dat�xnined by ET that the raadways, stx•eet�, driveways, acce�s
way�, etc., wili in�ease a xisk to thu r,�hi,r: rn• inrr�A;Y ;� ;•;�1: �t' a I�c�, Iea�,lvptlu•e o�•
otlier da�nage ta ET's Pipeline Faciiity, �;'� inay rec�.eirt, �� lhc 5oie cost and expense of` i�e
pa�ty ��ec�uestin� suali Ci•ossing, the installatian faf pratective m.a�erial a�• pip�lin�
adjustment as m�y be deemed necessary 63r ET to pratect tl�.� pubizc o� ET's Pipeficie
Facility.
b. Tl�e prefeixed minimum earfi� cover t�ver ET's Pipel'sne Facility is forly-ei�ht �nches (48'�
at aIl roadways, streets, driveways, access ways, etc., includirg adjaeent clitch lines. In, the
event that �T det�iYnines that a Iesser covex• will not increase a risk ta the �ubIic rnr
inc�ea,se a ris�C of a UreaIc, leak, iupture or atIier danr�agP to the �ipeli�e ox relateti �acilitie�
ET may aIlow a[esser ea�th cove�, in a minimucn arr�ount as detercz�►ined solaly within tlie
discretion nf ET. In #Iie e�vent the re�ired amount af covei is not obtainable as i°eflected in
finaiized plan and profile drawings, ET �aay require the instaIlation of protective mate� ial at
no expens� to ET. Cover shall be measurcd frorn th� top af ET's pipeline to t�ie sut•face of
the road,
a Rnads and s��eets aossing over ET's Pipeiin� Facsliry shall cross at an angl� of not less
than fa�ty-�'i�e degrees (45°}, nr as ne�• as passibla th�•eto. G`�ossings should be over
straight pipe and at loeations free of any crassaveas. Longitudinal occupancy af th� right-
o� way will not be permiited.
d. No parking a�•e�s ar the like will be a�Iowed on, ov�r or across ET's Pipeline �'acilities.
e, �'e�nn€tne,�at pipeli�e marker{s), provided l�y ET, will be installed flt alI rflad Crossings.
10. � nja snl ,�ystems
No aerobic septic syste�ns, sep�ic tanlcs, J�quid dispasal systems, nr haza�dous waste c�isposal
systems will be �llowed oni L�T's �'ipeline Facxlity ar r�ithin twenty-tive (25} feet of ET's
Pipeline Facility, unless otlieiwise agreed ta in vvriting by ET. This will include, hut is �ot
limited to, a:ffiuent from sewage disposal systems, th� dischA�•ge of any hyd�•acarbon substance,
�e discha��ge o�• dispos�I af any regulated waste, or any ath�r discha��ge that znay prov�
CIRl3lfl�tll� Ok• corxosive ta �T's pipeline FRcility.
,i�i_i�i��, i , ,
a. Tn orde� to pxovide fox� tlae adequate tnaintenax�ce and npe�•ation of ET's Pipelitxe F�cility,
the impoundment of watec on ET's Pipeline �'acility will noi be allowed.
Revised 5/19/2021 - 6 -
- �1 \ati I�RJ }
�� ��f'i�����
b. Teinporary sail e��osion and sed'uuent cont�ol deviices and sto�•m wate�• detez�tion
basinsltraps will not be pe�initted oi� �`I''s Pipelin� Facility unles� ot�iea•vrise agr�ed to in
writing by ET.
12. Rl�c in� & �eicrnic Activit�,q
a. To the ex#et�t it iinpucts �?�� !�tF��1 �t�+nili�y ol otherwise endangers or G:?FPrFP.Y_P_C �1yi�� ��'J,�;
e#'�cien.cy, safety, or con�enient c���ea•arlon of ET's Pi�eline Facility, �xn �xplosive
detonations wi�l b� permitted within 3�7�fcet c��ET's Pipeline FaciIity v►r►thnut: (1} p�inr
blast �lan impact analysis and vv�itten app�av�! i`rorn F;�` ���d (2� ?T'� �P�kesentatiye on si�e
C�i1tA4� i7iSSt111�!. ir� L��k@�'fYli�]� !f f}]C G�p�;:?a#inn �rrP��Pt will be ��t;timpntgV tn thr eg�wt;l O�
ET's Pipeline l���aility, �n�rn•��ahiotl r'�.n»ir�.� t� �ompleEe ET's `Blasting T�ata S�i�eet'° i�i�i�+t
be submitted to lE7' �'e,� e;=�!j,�+.►�r! ah� x.�?��n�al no 1w,�� #ltian �(1 r1�vs nllol.• to the ��ropose�i
date of blasting activity. '�`i�e c-�nt��ctas �erfnFmin� the blast�ng v���!� be r•�,qu�rcd ta ve�-Rf�r
by sigraatiu�e tlie prapased blasr�ing y�l�.n.
b, No "Non-�x�loszve" seismic testing n� construct�an equipmen.t with steady sta�e vibratoi;
intermiftent vibrator, or tl�uznper saurces shall be canducted witliin 1S4 feet nf ET's
Pipeline �'acility v�ithout prior written appxnval. �
�3. nds : in� �Fr. rri�gatinn Cy.rromc
g. Landscaping shail not be p�nitted w'ithin ET's Fipeiine Fa�ility unle�s othe��rise agreecl
to in vvriting bp ET.
b, Irrigation heads and valves sha�l not be pc�mitted within ET's Pipeline Facility unless
otherwise ag�eed ta in writing by ET.
c. �i�igation sqstems shalI nat be d'u-ectly instai3ed longitudinally ovc� ET's Pipe�ine F'aciiity
and shatl not he buried deeper than f 2-inches, rega� dless of Iocatiun, fi�m the sucface of
thc ground within ET's Pipeline Facility.
14.
�
T}ie pa�•tyrequest such Ci•ossin� will er!��re that �:11 fempo�:ary �nd perc�anent pipeline marlters
install�d by ET are always prt�tected anc� rn�i:!l�in�� �tt►ri��g Lons#rucriori ar Crossing rel�ted
activity. Any peirnan�nt r�aarlce�•s damaged or removed �will bF �'.�.�n1A�pr� �� ET �r thP �nt�
expe�use of ti�e ��;��ty r��c}uest�r.g �.�r� �•�sQ:ng. Nc� warl� wi�l b� afiavved to carru�ence u�til, i.�
tl�� opinion ofET' �,1�� ��eni pipc��c �;;A:•1cerQ �are ili s lace, ��authorized dam�ge s�r iemov�� of
, .4.. _
pipeline ma�kers is punishable by �'ederal law.
15. � h�t-n.fTngCe��ndF�recc
a. The party requesting such Crnssing shall ha�e the tight to instail fences on, o�ver and aa•oss
the Facilitie� provided, hawever, thatBT shall have the uiuest��cted ri�t ��yng�ess s:!�
egress .ta its Facilities at all times. Any fenci,ng, excepk agriculiural fence, r:!l!c? ��
approved i� vv�•iting hy ET. ET p�•ohibi#s any �encing which obstruats access or line of si�ht
for patcol/inspection� or identi£�catian maticers.
b. ET, at its sole optinn and disci•ation, may require the party rec�uesting such G�assing ta
instali, at its sole cost �d expeuse and for ET's benafi� a wallc gate at least three (3) feet
in width for residential lots or gate at least tvi+elve (12) £eet in width fnz a•ural a�•eas at eacl�
Revised SI�9/2d21 - 7 -
� � # ti �. �., �
'w: r YRI�hIS���
fence G4•assing. ET S�IaII �}1'OVIC�C & IOCIC %1' SIiC�] gSt��S}. SaICI �PatPkc� �����1 Ue installei� as
ko nrovzde ET with ingiess and egress access r� ;t� piuelina nr reX�ted facilities and to
Gmini2n'uzevehicf�far s�nrE equirrn��� t:•a�cl c�vcr E'T'spi};�ItnC cr IFacilities.
c. The party requesting si�ch Cr•ossing s1�aI1 be responsible fot• keeping tlie enclased poition of
�T's pipeliue or f•elated Faciliiie� feee of any debris or trash.
d. ET's pip�line or relatecl Faci�ties shall he pnsitively located by ET before any fences are
constructed oz installed neat� ET's PipcIin� �acilities. Post hole excavations for %ncing
�laced near �T's Pi�+�I�ne FaciIities shatl nat be �reater than a deptk of eighYeen inches
(�8") belc:Yv �!;e unc3istur�ecE grade level noa cioser than� five �eet (S'} horitantally fram
E'�'s �pipeiine nr related Faeilities,
16. + x' iin !
PTOTIiING CONTAIH�U il�bt�lY SHAi�L� Bi COI�[STRU�D Tp CQNV�Y� WAIV�� UR S[II3pItD1NATC
A1�IY D�+ �T�S EXISTIIKG ftIGHTS WSAT3d1�VER. �HOiIT�II A CpNTLICT TXIST WI'1'H THC
LANGUAG� C'ONTAINTD Il, ANY ET ��TCROACHMG�+1`l' AGRE�MEiVT� �ASENi�NT� QR
�'�TI�O�1 IN C{�NDCMNATION AND 'I'HT,S� Gi]1D�L1N�"Sa ET'S �NC�QAC�MENT
AGItE�MLNTa LASCMEiY7.', QR �'�TI�7[ON IN CONb�14Y1�TAT10r( Si3ALT, CONTRQL AND 13�
�}��j.,��.�IVL �� ���i �.CSU�r
1i. �t�m��ts_Re�a��dEn� Cuidelines fn�• C.nn,rtrnet�nn_anc�_�Ci� int nan ..
C�taiu constructio�t and maintenance activities may b� re�iewed and appro�ved by ET at ane
nnint 11 tim�, but not immediately installed or pet�oxmed Therefot��, all eonstruetion and
,. ...
maintenanae activities are subject to the C�uideliass in affect atthetimethe work ta�Cesplace. In
addition, the guidelines described in this docu�rzent represent fhose indusfry standa�•ds that ET
b�lieves rneet ihe minim�am, acceptable standa�ds rega�•ding third-pa�°ty constructzon and
rnaintenance �ctivities in tha vicinity of �T's Pipeline �'acility. Therefore, a£ter revi�w of the
finAl plan �nd pro�le drawings, ET may, in t�e event ihat ET deterxr�ines the cansiruction and
inaint�nance a�tiVities u�i11 inc�e�se a risk ta the public or inc�•�ase a�isk of a 6realt, leak,
ruptuxs o�• other damagc to ET's pipeline F�cility, require £o�•t�catians in fiuthcrance of state
c4des. lhe �arty requesting such CC�ossing agrees to alte�•, modify or halt any construc�ion
activity, whiah in the sole opinion of ET's, will inareas� the ristc to the public or increas� the
rislc af a bi•ealc, le�lc, i�uptu�•e a�� ot�er daxnage to ET's Pipclinc �aaility.
AlI written earrespan:de�ces ancl yot�r �na1 desigtt plans are to be add��essed to;
�neigy Trauafer Company
Attentian: �ueroachment Departn�ent
I��1
Reviseii SI191�02I - 8 -
��
� _�+��
MI�SYR�A �
,rUtjr' i�, 202 i
I�imley-Harn
At#n: ]osh ICercha
SOl Che�ry Streat, Uni� 11, Ste. 1300
Fort Worth, TX it 1Q2
Re: Lctter o� leTo Objection
�44" Watee Trans�issia� �+Yain CYassing EnLiuk's C�ape! Hili to 1Vieek�en �xays �"
Pipeliae (�P-lOb), Tarrant, County, T�xas
Dear Mr. Kercho:
EnLink Nor�filt Texas Gather�ing, LP ("EnLiek") is in receipt of #he City of Fo�t 1Nur�th's
("Compsn�") request ta construct, maintain, ogerate, inspect, repair�, replace and/or remove a 24"
Water Transmission Main, as marre pat�iaulaply shown, describecl and detasl�d on #he drawing(s)
attached as Attachraent 1 heeeto and made a pari hereoi (referre�d to herein as the "CoQapany
Facilities") over and/or withir� clase proximity to a portian of ce�ain pipeline snd pipeline-eelated
facilities o�rated 6y EnLin(c (referred to herein as the "EnLink Faei�ities").
E�.irr� desires to wark with Company to ensure the continued safe operation of EnLink
�acilities. This le�r serves as confirm�tian that EnLink �as na ol�jec#ion tn t�e propos�d
construct?on, maintenance, og�ration, inspection, repaiur, replacement, ar►d/or remova� oi the
Company �'acilities, subjectto the fallowing qualifcations and reyuie�ments:
l. Any plan changes, requiring exaavation or othar �nod'rfcations to the Company Facilities,
in areas near the EnLink Facilities, must t�e preapproved, in writin�, !�y EnLink, prior to
construction.
2. Review andlor appzaval af any plans or dravvings by EnLink shall nat constitute an
assumption of any responsibility by EnLink for th�i� accuracy or su 'ificiency or conformity with
applecable laws, and Company shall be solely responsible therefor.
3. Campany agrees to pmvide advance notice t� the Er�Link reppesentative� designated b�law
at least seventy-two (72) hours prior to the commencement oi any canstruction, m.ainten�nce,
opeeatiar�, inspection, repair, and remaval of the Company �acifities ore eny equipm�nt ar
maci�inery beissg locat�d within twenty-£'ive feet (25') of the EnLintt Facilities.
Colin Brammell, Senior Lar�drnan
Colin.brammel l@enlink.com
EnLink shall have the right to have an EnLink representative on site to oversee any work ar activity
taking ptac� within twenty-five feet (25') of th� EnLink Facilities. Such r�presentati�e rnay
1722 Routh Str9et, 5uite 130U ) Dallas, TK 762Di
Office: 2'f�.953,850� ) Fax. 21�4.953.9501
EnLinlc.com
immediately suspenc� or tenmrnate any work if, in sueh representative'� reasanable jud�rr�ent, such
work presents a threat to the safaty or integrity of the Enl,ink Facilities, and EnLink wi[l nat b�
liable to Com�any, its contractors, consuEtants or any other associated parky fax any costs or
ex}�enses as�ociated with such suspension or tertninatiqn,
4. All EnLink pipeline locations and ele�ations must bs ��ld-veri�ed. An EnLink
rapresentativa shall do all line locating. �
5, No exca�ation is permitted within fifteen �eet (15') af any EnLink pigeline, except as
othetwise ternporarily permitted herain.
6. A minimum vertical cleara�ce of forty-eight inches (48") must be maintained between any
EnLin[c p�peline and #ne Compan3� �aciIities,
I
7. No heavy equipment, such as baekhaes, bulldozers and excavators, shaIl cross Enl.ink's
right-o� way r�vithaut dra�;line rttats installed over EnLink's undergraund facilities, Dragline mat
bridges shall l�e used Ea eliminate excessiva loads from being imposed an EnLink's underground
facilities. In acfdition, the maximum whee! load shauld be no �eater than 25,D04 lbs. far any
equipment crossing EnLink's underground facilities.
$. Company agrees to provide as-t�uilt cirawings of the Company Facilities within thirty (34}
days of EnLink's request, therefore.
9. VLlifihout limiting any of the foregaing, Company shall at all times conduct its work safely,
expediently, and in such a manner so as not to unreasanably interfere with or impede the operatian
of the EnLink FaciEifies.
10. Cort�pany agrces to maintain and repair the Cflmpany �'acilities az�.d k��p sam� in good
condi�ian at Company's sale ex�ense. In no event sktall Compat�y remove any cover and/a�•
decrease the grade from EnLink's right-of wa�.
11. Campany wili provide and maintain proper and effective protection to EnLin�'5 FaG'111t1�5
sa as to prevent an}r damage resulting fram Campany's use of EnLink's ri.ght-of-way.
12. Company wilI pay al[ damag�s caused to EnLink's �`acilitias that result from the project
deseribed herein or tk�e canst�ruction anci mainte�ance o€the Cnmpariy Facilities.
I3. To the extet�t percnitted by Texas law and witk�aut waiving its sa�ereign immunity,
Company agrees to indemnify, defend and ho�d EnLinic, its par�nt, a�'Fliates, subsidiarie�, and their
d�rectars, af�eers, employees, representatives and agents ("Indennnitees"} harmless irom and
against any and all actions ar causes of action, claims, demands, liabilities, loss, damage, injury,
suit, proce�ding, judgment or cost (ineiuding, without lirnitatiion, court cflsts and reasonable
attorneys' fees) for personal injury Co ar death of any person, or damages to any property, caused
by or arising out of the canstruction, znaintenance, operation, inspection, r��aair, replacement or
removal nf the Company Facilities, REGARDLESS 0� WHETHER ARISING FROM �R
ATTRIBi]TABLE TO THE STRICT LIABILITY, NEGLIGENCE OR OTH�R FAULT OF
ENLINK OR THE INDEMNITEES OR ANY ACT OR OMISSION WHICH MAY RESUT,T IN
IMPOSITTON O� STRI�T LIABILITY (BY STATUTE OR UNI]ER COMMON LAW} UI'ON
ENLINK OR THE IlVDEMNITEES, but not to the extent caused by the gross negIigence or wi llful
misconduct of EnLink. Nathing contained hecein shall ever be ca�strued so as to require Cornpany
ta assess, lerry and collec# any tax ta iund its obligatians ttnder this paragraph_ A�icle Xi Section
S af khe Texas Constitution pror�ides that a city is prohibited frorr� creating a deb# unless th� city
levies and collects a sufficient tax tn pay the ir►terest on the debt and provides a sinking fund. The
City oiFort Worth has not and �will not careate a sir�lcing fnnd ar collect any t� tn pay any obligation
crea#ed under this section.
14. T�is letter shall not be constr�ed as a grant to Company of a right of way, easennent, ar any
othar interest, but only grants a permit for the limited encroachment acrass EnLink's existing right-
af way as herein pro�ided. Corrtpany will be responsible for securing any rights to the prop�rty .
from t#�e owner af the property an which the Corr�pany Facilities will be instailed. EnLink rr�akes
no warranty, express or irnplied, as ta title to the property an which the Cotnpany Facilities wilZ
be ins#alled, and the cansent herein given is subject#o all pr'rar grants, z�servat�ons, encumbrances,
occupa�cy and crassing agrearnents, if any, whether made by EnLink or others and whether ar not
oirecord. EnLink aonsents to any encroachment by the Company Faciiities only to the extent that
Et��.�nk has the right to grant such consent.
15. It is agreed that EnLink wili maintain its prior rights and privileges. This leiter neither
supersedes nor nsgates any rights granted tQ EnLink under EnLink's agreement(s) andlor
dacuments creating EnLink's rights to the property.
16. The requir�ments set forth f�erein shali be binding on the parties heretn, their heirs,
successors, and assigns,
[signature page fallows]
Please indicate yaur �cceptence of the fare�oin� by executing in the sp�ce provided
t�elow and returnin� a copy to Colin Brammel! �t coiin.brammell@enlin�C.com.
Sincerely,
EnLink leTorth Texas GatheYing, LP
By: EnLink Energy GP, LLC
its gener�I partner
By: �,��---�--`�.
Name: Ct�ris�opher J, Gret�eaux
Title: Director of Land
n�
ACCEPTED A1�D AGREED TO thi�� day oi �c1 (I S� , Z0�1.
City af Furt Worth
�y, ste�e o kr (�u� 2, 2ozi i�:o3 CQT)
Steve Caake
Pcoperty Management Director
Appro�ed as to Form and Legalitys
�r E��� ✓G���
B�: �
Matthew A. Murray
Assistant Caty Aitorney
ATTAC!-�:M ENT 1 � + ; �.. �..,a,. ./ No�
f� rc�� :,� mv l" _.0 eonc�ox� a�as •�aw eca�� s rmr r.�.n�
•4w�`�w�_'` U R. ••� �nR [.s..: � s.�.+ctt9 h4�5'w�'••t ia�[R bixrxfi
I f�'�i g� Oh'R+�M.0 [oo� Cx
� i.t��iv': � 4 Cd�¢�R�si4� M RGvw�S[ Iu .c-�rrr-.0
1 LIYI'Z� V4K°a��a��I:M9RIPi,iL�.VN�.
1'T,s�x�+ I_ MM 8 EV'.`4-�I.li �N�drW� pc�s���
1 . "zwi:'� ro+.aox I� � s��. �`u`v."`�m �$ Mhv {_apo-�a: R�!•o,ms""r`x� r�:"a�`""n�s.cc"rne
��� r��r�.�..rra..auee r.cn' I I wit� ° p Mx �a1 Fau,iw�w.� ar
`iFn��o�� f�N+Wllta� r i�iy.-E � Eft�✓ .iS�jfK N'� ��%i+'e
Y
' ` '
� __.oi1lilY y {! xsa� - oMpy � C��o M,LI 1WA 1r��l�i.'r}�
� xs""v°i°mu�i�c� "4z •.. / „� �.,��� �1 �[' - ;��"� � ���'��"��r,� �W-."`,if,�a:�
� I'_'_'_" _"'.._______"'_ ___/--.. __' _'_"'__�_��' � "_"'_ __"� . �� ^M`M"T;yia`"liHx•P� co�����n�r:
-- ti 3�`-t�.Y7---- �1
�� u�x _.. a._m. .�T a+.m ...... ........�.as. _. .,._...d...;.t.� ,i .�:�� �w��'n�».Q'"°ae��«.��•.�r� N.
----�r----- _ -__----_—...-._--_�`—_.--..—..;�_ '�_,�.......__�—=.—�_— ...y��j °ltrcq '�oEr.-.�.d".ii��.�,x iwiia`a.•'i•�n9w��
F � r ���y'i� •5.3�`iemVbip.eu:xsu�+is�c
� - �� � Illf'/�f��l�lll — -IV�tlI
' � 4l�� , ._ ..._.....`� . ' .� x �A���,�,u�,��z'..fl�,.�����
p .-. "" . . Y:=. . - - � — ' ���a "�':'�.ia.r.:.-,.,.�.�:�a�»:�..aur
I � _ � � . — _'- " - � =�_� _ '�.+^i' -.- _'..%r—"—':.� ��� vrw.is�`���r�i°•e.� ,:rha.,r, w
W �.,.�.. er,y�.. f /
-. ��,:�.m,� �w�; � �T , %
+ � m �g�ec; i t / w�pnew
� �l c»f'rn 1 � �:� a <
� :.a :4 � ..'c'.+a.:arc =e;�e 3.n.°ywi.
1'Fp�pi2D F4�RYM NB N IMATlH4 YF� A ieia•� i«:.ri.."�. ��".`�'�•�..�"vH'� �*��'",W'u':
�2: w<ors�w<<.w.
r: _r�,_J oue ��r.� rv:�w
_ �rew ii� �'v�'�'"�'cRai � u�c ��s cF��,�
�_ _' _�� __ _ _��� _ ' _�ar Ywl�+ � ` �iR 4�3.w �I 4�j.:�i,�ta uixv'� n[ } �r`.oJ..
• � � �w - - - a:suw {k�_fNeii
`� ' 1� I n�s^i�eu�iclyh C Gv' t[.w'�� �i�31e `4� �� kl.
�� al� -r5�f ' �en
' # ' . � �I �v wrsA3nv.n•YCV..4x� ��..� Ti-r
��' n � — -' � � -:��I" . . • • •� � Y �.USLC�(��edii����ii� u e+W .s�ndLu
I � _ ' ' ' i�c.w��i°�n.e�n°`v±m;u��wi�is ���
#}( u�.o¢u..�oi+n�� -'
�
t¢v,�n. . tra+•
71p w�'�M1 ' ' . �_ _ . . � . .na - s , w���i.to.,Yv
'� •'� "" _ ' _ " + —' a'r�.R�iRhs J �q u�xt�
' u[wP[A V �p�S� •'
� ,��� � �} . ' '. Ro`c���rf•. . �.h'.�'r".R��a rea.m�
� I �' �� �w. �. rn � ni�.ro�. E'i.�i°' �
� � � � i I I � �:f. ��,: . �;
a _ _ � _ _ �_• �� �'%•o.:�
r � � �,� n� ,�ay..
S i � - � ' �. I - . ., ��o �s ~sw_,._`. .
,,
� . , ��
q � -. � ,
�� • t
. -. . _
-- � ' n.
"' M1� "
_ am r t�,.
� .� � � 5 . I .. � . L . � o-T-!l. I - ....._._
�r
Ti� h' _ .
�-=�. • [[[�i -- �---
� �� �-- � � � . �� � � i � u•i ar Ko=:i v:ca�H. re.:hs
� ��� � r.�r� c�.a�+��<
� � , . �-- I I �� -�
� i _ __ - r �;nryqrs�xNn,a�vWtE�e
x w-.iR..a...yr!e_,!,__...
; Lss;. ..__ . , � y�- .-,____ ' '"' aroPonEa�w....�e��w.,
- n atnn.ee ro �o�eo
� , 1 + ' ', � ,� t�lR�I�yN)�i0rn
� �� : . . : , . . . , .. _. ..
; .. . . , .
� � . i � _ ' .
> , lS9 r.� ..... .z.�a-_-.—"' ,�.� - y:�h 7'.nti', ' _w�'— _�il� a�aa .. . �2 I
��-011 �� �� P�°md�uct �R.e�ui�-er�e�ts
TH[IS �.��� ]L]EFT II�T'�'�N'�`���AI��Y' �]L1�1��
CITY OF FORT WORTH
5TAIVDARD GOI�STRUCTION SPECIFICATIOIV DOCUMENTS
Revised Ju1y 1, 2011
NqRTHPOTN'I'E 24-Il�fCH WATER TRAN8MTS5TON Iv1AIlV (I�T4-1 A)
City Project No. 103505
�r�� � �`�'�
��� � �
CIT� O� F��t.'T �V��.�IH[
�VVATE]� �E�PAR7r�[]E1�T'g'
ST�Tl]�Y� P1�OI��JC'I' �L�S'�'
Updater�: September 06, 2019
The Fort Wor�h Water Department's Standard Products Lisi has been developed ta
minimize the submittal review of products which meet the Fort Worth Water
Department's Standard Speci�ications during utility const�uc�ion projects. When
Technical Specifications �or specific product�, are included as part of the
Construction Contract Doeum�nts, the requirements af the T�chnical Specifi�ation
wrll override the Fort Worth Water Department's Standard Specif cation� ar�d the
Forti Worth Water Department's Standard Pzoducts List and approval o�the
specif c products will be based on the requirements of the Technical �pecification
whether o� not the specif c praduc# meets ihe Fo�t Worth Water Department's
Standaxd Specifications or is on the Fort Wor�h Water Department's Standard
Products List.
"�Cable of Content
(Click on items to go directly to fhe page)
Items Page
A. Water & Sewer
1. Maz�oles & Bases/Components ........................................................... I
2. Mariholes &. Ba�eslFiberglass ............................................................... 2
3. Maril�oles & BaseslFrames & Covers/Rectamgular ............................... 3
4, Manholes & BaseslFrames & CaverslRounc� ....................................... 4
5, Man�oles & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5
6. Manholes & 13ases/Precast Concrete .................................................... 6
7. Manholes & BaseslRehab SystemslCementitious ................................ 7
S. Manhole� & Bases/Rehab Sysieix�.slNanCemen�iti�us ......................... S
9. Manhole Insert {Field Operations Use Only) ........................................ 9
10. Pipe Casing Spacer ............................................................................... 10
I1. Pipes/Ductile Iron ................................................................................. 11
12. Utility Line Marker ............................................................................... 12
B. Sewer
i3. Coatings/Epo� ..................................................................................... 13
14. CoatingslPolyureth.ane .......................................................................... I4
I5. Combination Air Valves ....................................................................... 15
lb. PipeslConcrete ...................................................................................... 16
17. Pipe Enlargement System {Methor�) ........................�......,....,................ 17
18. Pipes/�'iberglass Reinforced Pipe ......................................................... 18
29. Pipes/HDPE .......................................................................................... I9
2,�. Pipes/PVC {Press�re Sewer) ................................................................. 20
21. Pipes/PVC* ........................................................................................... 21
22. PipeslRehabICIPP ................................................................................. 22
23. PipeslRehab/Fold & Form ..... ............................................................... �3
24. Pipes/Open Profile Large Diameter ..... ................................................. 24
C. Water
25. Appur�enances ....................................................................................... 25
26. Bolts, Nuts, and Gaskets ....................................................................... 2S
27. Combin.ation Air Release Valve ........................................................... 27
28. Dty Bartel Fire Hydran.ts ...................................................................... 2$
29. Meters ................................................................................................... 29
30. Pipes/PVC (Pressure Water} ................................................................. 30
31. �ipes/Valves & FittingslDuctile Iron Fittings ....................................... 3I
32. Pipes/Val�es & Fittings/Resilient Seated Gate Valve .......................... 32
33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33
34. Polyethylene Encasement ..................................................................... 34
35. Sampling Stations ................................................................................. 35
�
�
d
�
b
S7
�
4
7
w
�
�
'b
F4
�
�
�
�z�
���
� �
���
��a
���o�
���
�
�
��
�
�
��
��
�
�
�
Q
�
�
d
�
�
�
�
�
�
9
a
�
�
� Fj r"�'�
� � �
� � �
�
� F"'1 1"�9
� � �
� �r�
F+�4
� � �� � �
:�]
J
��
�
�
�y
1.�"
�
�
�
3
a
a`
a
m
a
�
io
c
.�
O
E
LL
�
a
u
«
�
a
GL
�
�r�
VJ
� � �
� � �
� � �
� � �
� � �� W
��z
�'��
�
i�1
�
�
I�
.�
��
H�
�
M
C
�
C
�
�
�
.�i
�
f-
m
�
O
C
4]
�
0
�
U
O�
r-I
ON
`
b
Q
�
Q
�
G-`
�
R
"'�-
E"�
�z�
���
���
�
0
���
���
w
���
F
�
�.
�
�
�
� -
�
�
�
�
�
�
�
0
a
�
-�
�
�
�
0
�
�°
�
�
.,
Q
�
�
�
a
0
'�
�
�
a
r'7
�
�
�z�
���
� �
����
��a
���
w
����
�'��
�
�.
�
�
��
�
� '
M
�
�
.,
0
N
�
�
a
0
�
d
..
�
�
a
�
�
�
�Z�+
� � �
�
� � �
��A�
� � ��
� �
� � �
�
�
,
x
N
�
� _
�
�
�
�,
.,
a
�
b
0
�
�
b
�
..
w
�
�
a
H
�
�z�
���
H �
a��
�w�
��
��
�
���
���
�
�,
�
�
�
�
�
�
�
�
�
�
0
�
�
0
a
0
�
d
�.
«
�
a
�
�
C/�
�z�
o��
� � i�
� �q
�
� � �a
� � �� �
� � �� � �
�
�
�
�
�"a
�i
k+�ll
c
m
,.
�
°
O
N
.i7
10
�"
a
z
0
�
�
d
,.
�
�
�
�
N
�za
���
���
H �
���
�����
���
���
�
�..
�
�
0
�
�
�
�
�
Q
�
�
a
a
�
�
�
.�
�
�
�.
�
�
�
�z�
o��
���
H
�
���
����
�����--
U '� �
�
�,
�
�
�
�
�
�
�
�
0
�
�
�
a
�
�u
d
�
�
�o
�
�
E�
�
�z�
���
� �
����
�w��
�����
���
U �,
�
s-a
�a
�
G: ;
f�'
I�'
�
�i.�
�
d
«.
�
b
a
�
�
�
� � �
� � �
�� � �
� � �
� � �� �
� � �� � �
�
�
C�°i
��'
�
�
c
a
�
u°
a
a
.�a
m
�
m
�
.�
0
c
�
�
w
oe
°
u
u
a
W
�N.
`
b
O
�
4
'Cy
W
C8
'�
a
�
�
C/S
�z�
���
� �
���
���
��
��
�
�
H����
� �
�
x
�
�
�
�
�
�
'-�,
�,
0
�
b
Q
�
O
�
�
�
'�
4
rti-
�
�
�z�
� � U
� � �
�
�
� � �
� � ��
� � ��-y
� � �
�
�.�a
�"'p
�
�
�""�
�
�
a
�
u
�
�
0
N
�o
0
a
c
a
m
M
�
a
a
r7
�
�
�z�
���a
���
�
0
���
��-
oW�
���
� �
�
��
�`
�
�
�
�
�,,,`�.�
�
d
�
�
s
a
�
�
�
� Z �
� � �
H �
� � �
��A.,
� � �
F � �
� � �
�
�
P�
�
�
Ct�
�
a
.�
0
N
+p
O
�
O
�
d
++
�
F3.
�
L�
�
�zE
���a
���
� �
���
���o�
���
� �
�
�
�
�
�
�
R
rf
O
N
b
O
A
O
'�
d
�
W
ro
a
�
N
�
�z�
���a
���
H
�
���
�����
���
�
�
�
�
�
�
�
�
�
a
�
b
P
�
C
b
�
06
�
0.
❑
�
�z�
o��
���
� �
��a
����
���
���
�
�
�.
�
�
�
�
�
a
a
�
�
0
O�
O
�
u
�
Q.
�
H
� � �
� � �
� �
� � �
� p �1
F� �
� �
� rry
F�
� � �
�
�
�
�
�
�
���./
I.i�
!�
�
d
m
�
a
�
�+
� �1�4
1�
� ��
�
� �
�
� � �
� � �� �
� � �GJ � �"�
�
,
�,a
�
�
�
F-�'
�
�+,
«
C
d
�
U
O
C!
�
�
G7
L
a+
.�
t
7
N
�
�
.Y
�1
�
..
0
�
b
A
�
G
�
�
W
"C
a
r'�
�
C/a
�z�
���
� �
���
���
�����
��
���
�
�
�
�
�
�
�
ri
0
�
�
a
�
0
�o
d
.�
�
�
a
�
H
�
�z�
���
� �
���
���
�����
���
� �
�
�
�
�
�
�
�
_�
�
�
..
�
b
a
�
�
�z�
���
���
� �
���
°��
�
H
���
�
�
<
�
�
�
�
�
�
.,
0
N
b
O
�
O
b
a
W
�
RL
�
�
�
� � �
� �qqq/// �
� FFFQQQ���'�j �
� � �
� � �
� � �
�
� � �
U � �
�
�
�
�
�
�
�=u
�,
�,
a
�
�
0
a
a
-�
d
�
�
�
E�
�za
���
� �
���
����
���O
���'
���
�
�
�
� '
�
�
r
N
a
r1
6
�
b
�
�
0
'ty
N
0Y
b
R
.7
�
�
� � �
� � �
� � �
� �
� � �
� � �� �
� � �� � �
�
F�F
�
�
�
�
�
�
�
0
v
m`
v
c
w
itl
�
O
E
0
x
�
�
4
�
b
0
�
O
"iy
�
+1-�
E6
a
�
�
H
�
a
� � �
� � �
� �
� � �
� � �
� � �
�
�
� �, �
� �
�I
�
1 �.➢
i�t+tl
�
�
�
�
�
I�++U
a
.,
Q
�
a
�
-
�
�
b
d
�
�
'8.
�
F�
�
�z�
���
� �
���
���
���
�
���
�
�
�
�
�
�
�
�
�
�
s�-1
`
b
�
�
Q
�
�
�
�
a
r�
�
z
�
�
�1'
�
�
�
�
�
�
�
�I
�
�
�
�
�
�T^
V1
�
�
H
�
�
�
�+i
�
�
�>�
VI
�
�
� �
�
�
v
m
�
m
b
u
�
t-a
C
�
N (4 � N N N N I#d FI
� _ _ � I
� � � � � � � � µ
I�
0
U
d m �
�r� o 0 0 0 0' e d � ���� J'
Q V U U U��y��N�� f�i .�.� ��
� � � � � � � � � �z � � � �
� � d d d d � � � � � � d � � d a �
�
�
PG �-
❑ �
�
� m � � � � � � � w rt t
a � a" 0 C4 � PC � � a€ oe t
A A � Ca �m �. � 4 �
N e� E'
� �
Q
�-'
w w
a a � � y
,� � m .a .,
� o a � � n �'
� o 0
� v�i � U V ..q .� �a - �i.
W ��� :� .� 6 0 . � � t
� � u � � � V � = s Y
'�-' � R� 0. eq9 09 7
r v - � � �ca � � � �
�y (� P' � � � � �� �
� J �
r/ Fi
M
ti
�
�
�
�
r�l
M
M
M
�
w
�
�
m ,� . �
:� u u a� 0. 0. a � F
yP.. Ll. W O.i 41. 6. A. L O. F�
�~ � � � � � ��+ � � � �
a. r� a. a w R. a � n. � �
� .`� ,�. � � � , 9 i w L :.
� a c. a a w a. a, �� I�
a�'i
� � `.� � � � � � i. i i r. ri
j. .. � .. � -. � — — — —
iL r� n m m M M
�S1 M i+1 ("1 M I�l � -
iF+
�
m a� 60 M W o0 m � �'
�� N Nv� Nv� N N � �y 4
.�1~- iV � [V .N � � �_ f�{ F1 fryl
� � �
Q M � � O 'T x 'S
�
�
r.�1
rl
ON
i
O
R1
a
�
a� y
0! �
"O p
G'4 �P
'a w
�
O
N
�
W
�
�
�.
.�
�
.n
! .�
v
d
�
.�+
.�
A
V
� �
V� a
� � [-I a
� � � a
� � � �
0
d
� � �
� � � �
� � � �
O � A
� �
��� �
� � �
H A
� �
�,
.�
� A
x
N
V
N
IO
�
.�
�
�
� �
� �
�� y
JT' O
� �
�
��.�,/ 3
i+� �
Y
�+� z
�VI O al � d' 7� 7I N� � VI �'I I MI 7 50
� � � .. .� '. .. ..
� ," � .�i � ..� .. ., .. .,
r', O r"' Q h h �'�-i � �l 41 �l � ^ ir � V ir V
q� .. ., .. .�. � V � y U U vl � ti
U C) U U.s : U U U.. .. .. U U
m a M� a � ���� � U u� w¢ a�¢ a a
¢ "' � d• d U U U di �i �3i �i M �� Cl M
:� � d d " � � d 4 d � � 3 `� "� � � �¢ � � �¢
��� � �
-E � � a � d ¢ d d d d ¢ "� v� `dn `¢�
� ¢+ o 0
`� � � U U
� .n e�'n a m o
� � 5 � � P: U � �j � ,� w w
,,, I � '� o '�
�` .� aa ca i� � � A a `n � � W cv .� � � � �x a
Y � r�i� c�i� � � o .� S w � � � � � � � � � � � � �
•� �pe x p
O O.� .� M � � O� O � X r] .-7 O � p� � , ,
w �w w � �.6 �� � � ;� s � � � � �����, �b� ��
a a.�o�v��'�•� �p ,� a � a� �e
.�'a� .� .-�. ° M .� u � '� � O � � � � � � P� � �A fa
� � � � � ] � � � � � � v7 in � � � O •o a "o
ti
� � � � � y v' .$ r� t1 �
� � � �
0
� u
�Q �? � ti �
_� �./r p �f p 3� H O Q O
+� � r-1 a U �) O F� � � � �.
�� ] � � � .� � p,
�$ � C� � a o d g U U° U CJ ;� rn '� v rn in vY�
� � � `�' o a � � a � � � a � •£
� a � � � � � � � � � � � � � � � � � � �
�I?�1.� �� �� ��� �� � �
� ppp �7 � � �H � � � � � � �
� • � p � V � � � � �
a� a�' c4 w� s� �'w�� a; �� � r�
� �� �� �� .� .� � � �
w w w i�. h � ti a: .a .� .� .� .o. .o .� a .� .�
o � � a o 9g °o � �a '� '� '� '� '� :a '� '3.
'.-1 `�1 � .'7 .Fi `ra .p .7 .'•7 � � � .q � •� �� �� •� � ��
r�- r r n r v c- � r n n� n
4 g 4 R 4 4^' g � Q 4 0 4��.:
W W W Si7 W W W W n'� r� id �n W W W W r� r%s �n ri rn
M M �'1 C'� M M
� � � � � � � � � a a a o � � � � �
� • � `a � � m v. rn h �o �n o � � �+ n a, �+ a,
t� O��Y O P 4 4 �
� o 0 0 0= o a o o a o� o�= a o 0
C
�
c
v
0
m
�
H
�
s
i+
�
i�+
C
�
�
d
�
�
u
�
�
�
a
C
�
W
�a
0
w
�
�z�
���
� �
�
���
����
���
���
�
�
,�
�
�
�
�'
�
.,
0
�
e
0
�
0
s
d
Y
�
a
s�
�
�
Nz�
���
� �
0
�A�
���
��
���
�
�
�
x
�
�
�
�
�
�,
�
..
0
N
b
O
�
Q
b
N
�
�
�
�
�
E
�
azH
���
H �
���
���
���
���
� �
�
�
�
�
�
w
b
d
�
�
R
�
�
�z�
���
��a
H �
���
���
�
�
���
U � �
�
�
��
�'
�
�
c-G
�
�
Abbe, Suzanne
From:
Sent:
To:
Cc:
Subject:
Black, Doug
Friday, September 9, 2022 3:45 PM
Abbe, Suzanne
Sholola, Tony
RE: Northpointe Extended Warranty
That is the proper procedure. CSO holds original project bonds, they should hold this one as well.
Thanks,
Doug
Douglas W Black
Senior Assistant City Attorney
200 Texas Street
Foti Worth, Texas 76102
817-392-7615 Direct
Dou .Black o,fortworthtexas.�
City of Fort Worth — Wo��king together to bz�ild a stroiig con�n�zmity.
�U�7''WORTH��
RECIPIENTS - PLEASE CONTACT ME PRIOR TO FORWARDING MESSAGES DESIGNATED AS
ATTORNEY-CLIENT COMMUNICATIONS.
This e-mail and any files tt•ansmitted with it are confidential and are intended solely for the use of the individual or entity
to wllich they are addressed. This communication may contain material protected by the attorney-client privilege. If you
are not the intended recipient or the person responsible foi• delivering the e-mail to the intended recipieirt, be advised that
you have i•eceived this e-mail in error and that any use, disseinination, forwai•ding, printing, or copying of this e-mail is
sh•ictly prohibited. If you have received this e-mail in error, please immediately notify Doug Black at the City of Fort
Woi�th City Attorney's Office (817) 392-7615.
From: Abbe, Suzanne <Suzanne.Abbe@fortworthtexas.gov>
Sent: Friday, September 9, 2022 3:12 PM
To: Black, Doug <Douglas.Black@fortworthtexas.gov>
Cc: Sholola, Tony <Anthony.Sholola@fortworthtexas.gov>
Subject: Northpointe Extended Warranty
Doug,
Would it be appropriate to give the original copy of the extended warranty to the City Secretary's office to attach to the SJL contract
(CSN 56583)? If so they need your approval to do so.
I think that if we can add notes in the record drawings referencing the extended warranty included in the contract, we increase the
odds of people involved in future repairs becoming aware of the extended warranty.
FORT WORTH:�
Suzanne Abbe
Se�ria• Engineer, Capriul Projecis Delive�y
Fort Worth Water
Phonc: 817-392-8209
�lobilc: 817-266-1394
�mail: Suzanne.Abbe.riFoRWorthTexas.2ov
200 Texas Street
Fort Worth, TX 76102
www. Fort W orthTexas.gov/wa[er
Clean irater done i•ight every time.
�Q��
MAINTENANCE BOND
BoNo No.:190048249
KNOW ALL MEN BY THESE PRESENTS, That we, S.J. Louis Construction of Texas, Ltd., as Principal, antl Libert r�Mutual
Insurance Company a corporation organized antl existing under the laws of the State of MA, as Surety, are held antl firmly
bound unto City of Fort Worth, TX, hereinafter called the Obligee, in the penal sum of Seven Hundred Fiftv Thousand and
00/100 Dollars ($750,000.00 )for the payment of which sum well and truly to be made, the Principal and the Surety bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents
WHEREAS, the Principal has by written agreement entered into a contract (the "Contract") with the Obligee for Northpointe
24-Inch Water Transmission Main (N4-1A), City Project No.103505. This extendetl warranty bontl will be limited to CSS
installed tluring the project and associated paving antl roatl repair in the following areas (See Attachetl Exhibit A):
-Station 00+40 to 03+90
-Station 05+00 to 05+90
-Station 07+00 to 09+70
-Station 13+25 to 21+37
-Station 22+20 to 22+80
-Station 65+90 to 67+30
which contract is by reference made a part hereof.
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall remedy without cost to the Obligee any
CSS defect in the areas above and associated paving and road repair which may develop during the period of Thee (3) Years
from the date the original Two (2) Year warranty expires, provitletl such defects are causetl by defective or inferior materials or
workmanship, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect.
PROVIDED AND SUBJECT TO THE CONDITIONS PRECEDENT:
1. Obligee shall provitle both Principal antl Surety with written notice of the discovery (Notice of Discovery) of any item
of defective or inferior materials or workmanship during the coveretl period (a "Coveretl Item"). Should Principal
improperly fail to remedy the Covered Item, then Obligee shall make a written tlemand upon the Surety ("Demand")
within ninety (90) days of the Obligee's issuance of the Notice of Discovery of the Covered Item.
2. The Notice of Discovery and the Demantl shall be in writing and via certified mail to the Principal and to the Surety,
Notice to the Surety shall be deliveretl to the attention of the Surety Law Department at the above address.
3. No suit or action may be commenced by the Obligee against the Surety after the expiration of Five (5) Years from the
date the City Council approves Final Payment from the date of Obligee's discovery of a Covered Item. If the
provision of this paragraph is void or prohibited by law, the minimum period of limitation available to sureties as a
tlefense in the jurisdiction of the suit shall be applicable.
Signed and sealetl with our hands this 29� day of August, 2022.
S.J, Louis Construction of Texas, Ltd.
Principal
By:
I.�r,JS vICE PaES�D6aT
Libert�► Mutual Insurance G�ompanv
Surety
B
Hea er R. Goedtel, Attorney-in- act
Surety Acknowledgment
State of Minnesota }
} ss.
County of Hennepin }
On this 29`�' day of Au�ust, 2022, before me personally came Heather R. Goedtel, to me
known, who being by me duly sworn, did depose and say that she is the Attorney-in-Fact of
Liberty Mutual Insurance Company described in and which executed the above instrument; that she/he
knows the seal of said corporation; that the seal afiixed to said instruments is such corporate seal, that it
was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his
name to it by like order.
N
..,f:s��Esi,r.., �LE CATHERIN[ LANGE{i
" Not3ry Public
`<-,.:'� , Mlnn�sota
,, �'�,��_;y=; Nty Co�nmission fixplres
Jen �l, ?q�3
�• Liberty
Mutuala
SURETY
This Power of Attomey limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certificate No: 8208081-190003
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporaUon duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organizetl under the laws of the State of Massachusetts, and West American Insurance Company is a corporalion duly organized
under the laws of the State of Indiana (herein collecfively called the "Companies"), pursuant to and by authoriry herein set forth, does hereby name, constitute antl appoint, Blake S.
Bohlig; Brian D. Carpenter; Craig Olmstead; Erik T. Gunkel; Heather R. Goedtel; Jessica Hoff; Kelly Nicole Enghauser; Laurie Pflug; Megan Scott; Michelle Halter;
Michelle Ward; Nicole Langer
all of the city of Bloomington state of MN each individually if there be more ihan one named, its true and lawful atiorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and ali undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shail be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of fhe Companies have been affixed
thereto this 24th day of May , 2022 .
Liberty Mutual Insurance Company
�JP4 aN�s(/Rqy JP�SVPoNS�j P� \NS�U�qqy The Ohio Casualty Insurance Company
Rv, � y �oa Ra,.�y u �oP Ra> � West American Insurance Company
� 3 Foc� Qr Fac� �3 Foc�
1912 0 0 1919 � � 1991 o e�/� � o
� d,, SS.a�Nus��aa y�y�hAMPSa`�,dLO '�s �'�'DIAHP �a /iayf�l r �s� '` v
� 9i� * �,� �'yl * ti� dM * �,� BY� � �� m
� David M. Carey, Assistant Secretary ��
N
� State of PENNSYLVANIA — �
� County of MONTGOMERY ss � �
0
� On this 24th day of May , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance ��
� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �=
� therein contained bv si4ninq on behalf of the corporatlons by himself as a duly aulhorized officer. >�
��
_-o
�'�
O �
Qj O
o a?
c �p
�
N �
m
N �
��O._
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
`'�, r�ns�r;ti
� �,OpJ6'�F � Comrtronweallh of Pennsylvania - Notary Seal
�p�� q!� � Teresa Pastella, Nolary Public � /
Montgomery County // y;����� /�Q ,
�F My commisslon expires March 28, 2025 BY• I�,� �/ c.(ic.tC�
v Commission number 1726044 � �
�„ �� �eresa Pastella, Notary Public
Qi0 �SYIVP �`G Member, PennsNvania Assceia6on of Noleries
��NY PV�r'
This Power of Aflomey is made and executed pursuant to and by authority of the following By-laws and Authoriza6ons of The Ohio Casualty insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV—OFFICERS: Section 12. PowerofAttorney.
Any officer or other official of the Corporafion authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corpora6on to make, execute, seal, acknowledge and deliver as surety
any and all untlertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set foRh in their respective powers of attomey, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instrumenls shall be as binding as if signed by the Presitlent and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this arGcle may be revoked at any tlme by the Board, the Chairman, the President or by the officer or oificers gran6ng such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
I shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shail have full power to bind the
Company by their signature and execufion of any such instruments and to attach thereto the seal of the Company. When so executed such insWments shall be as binding as if
signed by the presitlent and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reprotluced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as lhough manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attomey of which ihe foregoing is a full, tnie and correct copy of the Power of Attomey executed by said Companies, is in full force and effect antl
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29th day of August , 2022 .
� 1NSU,q vqY �NS�jp� � \NS(/R
jP4oaPo�r�O?,� yJQ'Goavo�r �qy `6PcoRro� q�LC+
3 Foc� Qr Foc� �3 Foc�
� 1912 0 0 1919 � Q 1991 0 � c�%`�
d� SSqcHus�da yO� HqMpS���aaO �s �HOIpNP' da� By� Renee C. Llewellyn, Assistant Secretary
9i� * tid yl * �,� dM * *�
0
O
N
w
N
M
�
0
�
ia
U
LMS-12873 LMIC OCIC WAIC MWIi Co 02121
EXHIBIT A
.:vM�,�,�w,��.s�a��-«,��r.,�s-�.�����9.��sw�+�.>d..o.��o,�.m�-, �n�r, ,
y g g I �
-o,azz6 - - - - - - � -- 4 � p
t�rRoao ze' � � � '�' � �_�.��.._- �.a .. _ ,�� , �- � xr ; m �p � y'�
i-WIJ�fE� - � � z f Ho r� �v
.ni: . . , �I " � +; "S�g nP> �� - o
34'%21" R LED 1EE J r� �i s7. - J_ __ y 4 P n x
B_�IXI11G .. .," _" - - �.- n. ._ nx��nn B �� R�
� �a
� �o
��o
N mF
2..,a u .. ---� I - - - � � � . r,J � _ n � -- m�£� �FJ o��oo �9 x "� g
� 7cc nno,i � - s.� � - N i��a R
-�� � � N� �` n ^.'o.,
E:0196i[ . _ -- �� �_ Zo� �- nciNzvyt� mirmi uo�m> N c��..n"z
24' PLUG ._ . -_ - __ - .. _ �OI m n v �y eo�o'"•N� m yy cz
_cr ro E �sr�r;c rec �' m f n� o�� U��*�F \°7F
, yz
. i/sa _ . __ -- _ _ _ _ . �� _ . _
� _
_ )9UH1 - , ___ -. ._. . f . 1 . " - _
. . ._ - -._ _ � �
A
'.0115fi4 .. ._...._. ... . \ . .. . .. . .. ,', {�. ".�� =-�s - - _ -�.e .��
��za 2z.w• u:a t �- -
�o�aau�c °>°lb��� <,n� K -a �,, .-,
=ss.ircu o9No,;�y �,E ,�� T �.�.�L______ _.y X., � __ ___ _
= leaes I 1. - j
�. o.,�sa -- �I�`. �m y � N I JJ�� �—� I-:
r<w � � � : ! �
S �g���a
-oios/zz � » � 9 2 '"z���'N>i� � I� ° m'•F+
�=�ve.ss Fj, � I �� A �8 i«� .
� : c.3e.a� .. p �:�£o o F:
sr<u_ 1 I � ��. t��$9 ��I�, u� .^�PpyoN
�c�Lpca � � � -
� a �e v vf /' L �y� mi; o 'I i
;�f12J/21 /- �I �`aZ -u I I^$�A ' �
.a�vaa " 1 ' 'n'v~y ' z o� a�€ q , ��
I � m� ;_ �� ,E
�> �.�z� � A . m ,
s,a� � I�o���D��x" _ A , �
_ , N�o �� ;>a � � � �°
i o_�u,� _ - __ > � ., � i -�
�= 5ov� a � ��z^ FUNRE ST � '�
= S �4' D' �' �
,=80}.9} - . I � `" oni< oCl E-rR" f��3
ra. s.ze.oa . o � - _ _ `sa- � 9 � . _
i Si4 L�: b / � m � A z � _ - - . �
�) ' CO'��.81'VRiC: AR . / � mu
�L�E ASSE�/'3�' AtlD VAULL � � ! -"---- ' - --- :
Etli OT`Ei 1� W' L` 1�� N -_I� �< _
L: oi3e/z� -�V � m� DoQQo Im � I i yo
=a�iaa . 1 I -`� �� o
<�
Rn� � <
" i ' � . Z�i�^ £
�m = n
ii i= � . � _ � Do
.. - NA� m 'p i 8 N ___-
� �
� zm r �� A-____-__T__-__-__-_--__ �
. � L� ,� o ' � u I I �t
la �N jl g� Z � i., .�#. m� 2
�
,- � A I
; v m, '�F 2 � I � _ ax
� '
�� oz
_ �� = m��
"_ .. �I , ... _ .� .. i i . .,'U � - o �
. - g 'L' .� �x�a
�n. iasez3 ��. ' �: - _ -- -�r .— -_ `<€f n \p n �ay� # a ���
srau: � i -y I - ,-- ��' ���F I `' �
y)z n2s a�b ,- .- - _ , - � � . - o�+ m�oFm . iv - ���
�_ana �c - , . - �_ _ z -. _ .. - � . U� �
0 D'1 ._-_- _ __ __
l-=_J9]60 ...--_ -- II --_._ ', - 46 . - �/ I -- _ vr�o L'
iiA. 4+804) '� ' ��� III_ � -- �-- - — �- _ _- - .- `
::SiALL ' - - #
_ / �'I \ r u �I I �
i) x�' u rz5 -r�o ._:-__ , - ._ .— i � ��. _ - . � a'�_ � � Mz<'Es
N/. OCN�IG _'-_ - � _ __'_ — _ - -�- / - . .-- I o
p\'=10.52'UP . ' . ..����`�'� I m�
/ � N u kU
- n #
5'7� � m�� • . t \\ mm�F e
.�
m b
J
'� i�
9� oF"
_�
,�
--� `' � ' f-1-----J
�
/ _ '71
i �
� +
�i a �
ti �' .�:'.;i) � .
r . . . .. _ _ /.. . . . _ . , _.. �. ; �'�
.__.. . . .. _ . .._ _ � _ �. __ . �•_ _ __ _ ,� " ,:. ,,
- �.-- - � � � -- - - � -- -- i � . -- -- �- - �� i . ��, \ �,
, _�- _ . _�.- _ __ ' - � -�z - :� . _ ,,� .. _�
- -i i_ r i - - �i - � �
- � m� � `. 4'' `
� — � , <
� ^> �� � - - -- �� � e,� -�
-- - -' ;
_� � J--L . , ��A � � ---�- - - ����r.��,�. ����„>
� --I -� , �_ � __ � � _ �� ---' - . u N - � Mq ``� nm�mmF�
_' y __ _
i p� �
� -- -- -- 4 TC ��K�"
Si- 6+854) �� _- - � po ' s� ' - _ "- � X $ SFy��NF � �
tA� : i D � � � F
u �, ,�_u_ o� eE � _ _ , � , �i i F = � SN STq.�
� f - F
�oan�c � I�, . �1 � r 8
N/ 0_ _ ` F�' %
� �
� 9 0
,- ,. , m J : � ��� e
_ ))9�12 � � I n � �y N � t.'' �i ,
LP�. ]+i5.51 �u 1 B A3 � � Z8 Z
t:5ia6 � � .ui � a i nna�mz>
t) 2 11.25' a1m BE�IJ � I � � � � on � � O
� � � ot A°s�p I�TI
o/o�aJi��ar � I �ni��n y
v- oer ca �^;: � Y R Y Y ��g u�g»��ao
= i�e.as _ ,�_� � � ��;
�>«�i.� I" i 8 Y � ��� n�o�pv�
ra � ,�
tV5?PL � �� '9i� � I
) 8 90 �� ^ 1 � ., i . - -
. , u: g o =
. i , .. . , .. �
e o�os/zz M CHLINE STA.8+0 : � �' � �
- - - r � �
. � \ � � .� No� ��< �
_ ��esz �_ __ . � -- . � �
- SEESH ET9B - - ����� ��G€ $�L� &�� �'" _
-_ __- _ __._ , . . . .. _ . ��c�i �o� �� �� � > m� r.�r�
N y u m �� �� ,, oA
�% � A
� A
���zo�`oo ��rs` oa~i�i onu > �sc� nzim�i�Fo?i9v�oom�N �>
�Am � �a�N ��"- D� j,��y, _ p�z� axo nF ��' ���ADo��,-��� :_
m�q ^ _�o ? �s4��o �g��m��- �� - NA� - ?� ��o�>�`�����n�o.=a"�,� „
� 3 � o�e �mg��Q ym �E ymp ���>r W53 ;� u�� �.�T"o�"ro �>��oa�� oA
�f � � � N c"�o7 0� y - -,.�� � n �� . �`s o��>cz,�,o<,�,�Fm�oyzAo �
�'mf ,� 0 �� ,€ " S ' ,�"F-',�� m��z�, �om �£^HA ��� ��Nno g�o �i n5 `���oFF"ym� � A G�
� G .a _ � 9 '" �aof«a„H ��1°�za c
o � o � � F „ ��ti �an�mA ������nono �$g o_ _ >o� �F _ _ �y;o�`n-'��< `1^ N�
m x i �S �9^m� n� s�n�poak� '^��"' �> ��^"`"o➢�"rn� -
� s.� 10 3� �' �� ' m�K��$ �?Amm '=A�n=<�n�N ��m>� - p __ "�m=�N� n �'"
-��� � N z �' i o� S S H��� ; � z o�;m^ - '�� y _ m o�9;�4no'r�Fso�g�~ Am �� Z
N . n (� om�" ^n _ �n oa' �oAmm �� '��9a O
<g �z -pm o �s`� ����; m�noo= ��.�;1� � r� "�^z � ^r �;m�^�£Aym'm^>�8f<� 6r-j+
� �v �= 3p D�, o�� >g�9� �,o� �D ��y��a " �� `�'�`z o m �� ���_">�3��;o��y���� �mm
a v? �� D� ao �z .'� �inpz �Fosix :�' Nn -"� om K m,�, gmc��z�m�n ���`,�'f ��
� � . _ +-Di ZS o�l �o��n . N N n _ �� - A �nA2..r�a.�
� om� Z<L s� �� ���.���q cn a��N < &ri _ _ - m�n�;`,�i_'-o��o^�oo"om'o'� •
%'+ O Z Df�ll �]i �1 i x `.+�.�..' ;4� m�o= oµ i Ao _ '^� m = 9-aai;LNo^nr��=xr�"xt�i
� ��t \�'s � oN �
U � � D yA -�i= ^`yo��i�'r•$� ��Am� ��F� � �o � �' m� �£� ��p��"n�oy�<< .
m mm mmm � ���;mgmm��g�_ay��
-� � j� � J'�=s ���F"m' m�o � �� o= e s� -�yr o �N �Fm'"m��n3 p ,-����F �
�^ � 5" x, �'�� M�i,fs,�`'`r� ��y Dm� N�mw��ime _m- o _ - � �
`/ � vni r S N `� ,� ��"` � m � m � N��t�o ��y �� ,7�z &o ,� � .
z..d..o.��a�:.m 3 ,n�i„ ts��
3NS 33S �
„ � g � � yl 3NI�H�ld� N�
� U u g � _00�8'I",�� .�..,��n'_ _mfl
m m m m
U o u o
�
, � y
i aN �
- — MATCH NESTA: +00 - � �F�� ��o�fV_
� �ae.s..av --- SEE HEETBi � i!. ,;UIS ���tA�
o �s u.� = - ��N
� ) ] ' 11 i5' IXlED BE�:� o - -- --- Y.� — "— ^� s ...._..�._ ..
O n
w�
/ e�ockuic �, ^ ; i e '—
��e fl .__ ____ ___ v _ _ � _________
� x.s�� Ar N - ^�- �7A �...—..a— I __
�� = D.OS' Df1 � 5-z Q �•r— • •: �
i=JJfl.fiE -- _--_."_- �ms 25^ �SII+ ._.�' � _ —
\ .
� IA'. B� 9. I Em N a'4t 9� Q�
rnnrcrt� Wr R F I � � o&�Y~
„����. ' �;�;EHnF, ----- —� �Nn j �' ------ ----�� �� 7-il —a = — -s��€'lll999���,,, -
rdar, cPei c��t o + � �Lv ) �3 : �n __ _ ppp''''''
[� cios. oias 2? ' � ) n_ g\ � 7I� ���i�, �'- 0 1�§\ sn 'i�°�£�> �
Bfi9 _ _ _ _<� .� �"_`"-NiF I�v" a ^� �'� i �m 1 ��iC�i
} t B 3t.SN _ nry ^' n$o [+ � C�
� 21 YAtER � p-- � Po'i+ n 1 0{,�'' ja�z' U oy��
8 �QEP�GEO OtHE4� - 1 _ � m�ua�v Io�P .i feil �IP o �i~SI �FJ� �
� `E'! pl� I� 1 " �o �o ' . �a
Ei 0106. �IOB 22 ' ' - - { � � . . u I � I N ` "9 - I
_ H �, _
� "�� ,
�� 9.a5�'3 _ ` , ,� o , �
„�r� ; — � r ��. ., ; > u a I �;� �I j
�� z<-,,.�s ��o �
^L.ELOCwtIGp-'.- . .- ._ _ .1-- _ _. . . _ _ ,� I k � ,�
� )19.)3 . �� . . . , . . � : . . . �.__�__�I�' �.�_��p-_I__
risr.N9+2a.,a � . . � . . . � c', `1 ., I � ' . ' . FUNRE S� E--� s .. z �
I) 24' 11�25` E�ID - �- _ �, i :._ _ . .._ z . _ �.� _, -� -- ... � mN
M/ CLOU(WG . ., . ,. . . 1 � _ .- -_-_ - ➢_
V 10.22 D �..- . , � � _ <
�
L >B'2.4 . � � I ' � r�. 1' __ _-- _
1-
N I
. . , I - '� ' _ '�� - 1 I I z a ; � z 1 -
_- '- i -- , , - t -- ,- Nyn"�N��v�p
. '� . . � . I� . - . . �. 1 � '. . e �, m
. ., , i - . �. 1� r I' � � m:F�
>I
�
i
' � _ � _ � � m � i iP � ��
-- - - �� � ; ;p ,� i �aN�m��
TA. I� 959T li- - �
4 lSTALL - °j
g �ryo-RiEG . -- . ._._ -- _.._- -- _._- I I `� � .�L k � I����m �I
ss i �^ e w rzrz a.rc .,. . . . . .. � I^ o
A IEV --- - - 1 - - -- uv�^�
��) -
. .- _ -- _ .. � 1 . -
. 126 27 � .. . I I r� I I
E� D '�. '. 1 � �
. / . . . . . . . . � , i . . . IS I � y
II �
_ �a5.�o � . _ I�� � , _ _ �_. _ . . ` � -- _ _ � y�. I mEm `n.m m
. . . . , , , . . . '�i . . , 1:9-p. . . I � o� ��SFm
i
x
I � �
v
� � - -� � - --- ---{- ----III-- --�_ $q$� � ---lII -----
12 18 fi0 ,�'. � :, I 1 �. .', . I I� �ip � I
NSiA1L
�Yza cn� �4 - - ' �--- - -- i� - � — - — N i.� �i i �
i I �o
+ E. iz�� � �, , - __ _ � � � I � � I m�� y�� �
8 ns.os - r;- <o�
iA� 13f8a19 ., -.� .., __ _ _�- 1�1 -_ - I I IL ��n ^�I I
a �� � � �
VI 91 2� � � ��. . A , I �i, I �� ,.� '� i i I� UF F�� i
Vl
�Sa9919 �_ -� -_- ' I � I , � . . '��� � I I IIfI I I I
SLALL � I ' �i ' I
q z 'xa' he - i -_ _ ., �- _�- —3p n . . ,. �I I �.
hma�o� i � �, �, � i ��, i J—�--�- �—�f --�-----�—
;T �F�c£ e� W hlt P�WE � � . 1 i� J
I Z _
-.__ -" _ _ _ -- 111 1���.
. i- _ _._ _ _ _.�.-\ -�___ -
I) B'-GATE V�{ � -- �� . � L K�_
�O E o�2c � _ _ .- FUIURE ST �
O L >91 41 ; ,. I . - . � U� __ - _ v�� i - _ - _ � -
£ ��, . �, . , . . . � . . n�`< � I �� .1'1 _ ' � �'. . �I "r':.�,� r _ �
in ia«evz� ab/ -
v_i..rro•� . . � . . . .A , . � I �� i �I I �- �- � � Y�--�
l 95.50 1 . . . �� � v�in I� �
I>. IS+OBfiB � � ' � � m r
�'SinLL. I Y . , . . , . , . I I o � I I �Q I ����zD I
)24"GA1EJ�\'E . . �� m ` ���
,i.o n�ir - - � � „',"FY �I d � T xFw
� e aiv/zi -_ _-_ _ __- ___ —._ .� I � `>�S" t nlmxm I
$ ,.. , � , " � j -m �
_� .z .9 � A
�
av=��aror� � .S � � �� � � �ao� �
96.G5 . . . . , � . i � 1I I i i
. I �.1 , 9 � . .. . \ . i . . . �. �. ' ( m � i
i v
is r,LL I Q
4 CO` 3. C!� A�li � . . � . . . ' . . . ' m •
L AS�E� B�r W!O vAUli . � � � � �_� o n� -'_�I� •I'�' � � _-__�__-
�E 0; FSET I J 0� LL � , Ilm � r �
� �--f599 — '� _. . . . , . _.__'__ . i � ; I � Tyl I€ �. '�-��i.� I
o � � � ,fi e�\a�^F
� s i I5�&5.>6_ . � � . I v�r.�K UI � I n'F'i m � I
ALl o - _
1) 26' 21.5' c:0 ' m ' N n
N� FLOCNI'!G i . . � . . . � , � � . . , , ' . I I I � m �+� ig I I
= 1956��� � I N
� 1 ��
IA 16t0},.'] , . . . , . �. , , � , � . , , � I —I- - —I- _ II �` ��A � - � —
STALI � I
�I) 26' 2].5' � :0 � . . � � �.
� / fiLG[I:IIIG y � �_
�' V =�d"Si U _ _ _ } n _��- - siil s �a� `�� � � �� � � �
� rA-. ie.u.,s - - Aa . i _ Z MATCHLINESTA.16+50
� i Q SEE SHEET 10A
1) B' ELG'x- ASSDlEL� � i� � i o � �
E�. 0105/21 � . . . i , i . . . . . , . . . , . . . '^^ m
:9918 _ _. .�Y'd' _ �.Y - . � . . �� ����n� (/i
M TCHLIN STA. 16 50
.�
»m��o�A � �
p
, l0A -'- -;- un���Do� ��
- I - - -- SEE SH ET, s
No ' ��"7 ��
N e S " ��
a u� �"� - o 0
- N �
?�A-mU f�W
I I
- a�
N n �
ivo _ � 4 0�f oo�� '' arpi" =moz�F����v�9o�y� �
m y � �pz'_- ��o �7> ��� iN � A5� nF ��F �7;�a5Aoa-�m oF
x,$z,Z s yoAD� o y���Ao _ y�`-i� _«^ - mn y>6��`n�`,�'n"jn�'^;oo,�o
q£ �� � o�o��D� i�wyy�� � y�N ym� oio�">� nn ui< ��-yf��J�Fe�i�`"a�v�'7'o��� _
�m �� � mynn^ . m ��� c��.�nas.Niaz�F'"�i�"3' on
f . � y p � b _ �9F��� "���� o rF F' �Fo �"o$'o �= r� Nog�toaoF�"'m���'A� �o
o � o �p � � "�'A �mA vA>"ma -,���rrn`�'� .-�o : _ - -�.F _ Fno"r',��K�mo�� _��
�g � �m N� � � �� wSn9'^o� >� yn�Ar;;��z� ��xz _S���n«4�`m�a��,o�� �>
� � yo �o � � � �%opa `a¢�m �pr,�y,x,��,N� ��m=a m - ti���m�����,�4�"9��;om �"
' _� �,Z { �g � s s N��� �_ �o��o��m" ^'_� _w����������=��a�'
`�g� � �z Om o `- � �yi ��'P�2 o��Ao�� � y �oA �n �D oi�i�'"�'°�m��"�'^�o�=� "7000
�/ -�c� z> n'i �2 >�ov� �a���s �As�mr � yz ;?�.,Z n � . . �� �,r�����z�o ��u�i
7 �Y �/ o x 3� o,� �- n �a`�� mn�k o�o �'=_��a7�o��y ��7�
^ � � �� �� Ao ��'9� ��o��� ��D N� oAm�c� K m� - ��,.,a��'��o�Nz`o�pm �=
� Jy Z u�m Z= � A __ ����e � � _ ip ���9�`�m8�mA2��'�'-� "'o
� 0 �A Z� n � .`v��u�h �p"ao �µ�N < S> �y -n �n;����>�gio���.m�
�D � �'' '�" �k�a= � � - m °y=oo�onAr��v�,
o �= m DA i i � F "g:�d �i =�$m� �gF� - z -ma� r A� izs;z���"�' 9�m�oyy o
-- D . m ^�t�iR}9'3 ��zRm � , o �� c � r�.�`� ��A�,�osin�� ��`n�
-o� =s Fa m�o w �y�Z �Fm'"m�t>3m �m��o> �
� � Y ➢ t-o "� ',,�� ���=a � �N� �� ��u� y��� o m '��°� " ^?F
� � � �m� N��
.:v».��„r,�g,.s�e��-,�,�f.�r�.,�a-�..��,�,�s.��sw4ry., �..a k o��, � �z«�r., �,n,m zs��
- - . . ----
MATC LW E S 16+50 _,
� S E SHEE 9A-� - - - -
� .i
i �
re ie .s.aa - —�1 . . , .� , , � � . . .
5 ALL �� -
) .s'oNo I- �
i/ 11 4�.�� . ,. i. . . I , �.
L )�0.24 ,,,. � �.. � � . I m i m� .,
�iiPrI6tfi5.25 I �
PLL: i �"-�m.
')�2<" 225 B r�� �. . , i . � � , � � � �
�/ mact�nG 1
i = i92i6p� , . , . . i � . , . , . � � . ..
- 1
�IA�. I6 � e� 25 1
':S2Pu_. - . . � , � , . . , , _ 1 � . . . .
I) 2e"NO' iEE 1
�tIH L'.00Hi!l. . . � . . . � . . , . . . �. ' . . . . . . ,
, �� o a w �EA �oE '�
ie. mzs/z� � . � � . , , . � . � , . . , . � . � , , , . � .
1)li 45'HEi:��SL p �
L = )928] , . , I . .. � � � . � 9 . . . . 1 . . � . .
1
, . . . . . . ,, � , . , , , ,, � , . . , ' � , . . . ,
i �
, z� ,
I , �
. . . , . � � . . , . , . , � , . , N. . . 1, . . �
�
. , . � . i � i � . i � � � � . . � 1 . . �
, . . . � . . � . . , � � ' ... .. . A i a y I�II , . �
�
� , , . . , � , . , , � , � i � � . � m .1, . .
, . . . � . , . . , . . � , . , � , � � . .
1
1
. , . . . i . . , . . . � , � . . � . , � , . �� . .
.,iAr LLOt51 t0 1
) 2 11.�5' tttE� BQro . � • �. �, � . �, � . � . � .1 .. .
1
�a�o�z�°��� � ��
v _ o �. �,� , q
1,= ]30.93 . , . , � . . —_ . , , � 1 G
1 �
.IAi LLGf9a.dfi . , . , . �1 , NF
�ij zm�ezr ir � . , � �. � � � ^1
ip vno�.* , , � . , .� . . �
[�. �m/x� , � . —
1 � 11 ] 62 � . . � , � ' � �
StALL'
1) C('�E O!A -- �- � - � J�-- -
/A4\£. A55 A[3 PIIJ VAULi . i ': � 1 . .
1[�fFS�� � 00 LT 'i I
i �139/T3 - - — - �� - - - - 1 - -
Z �.� J99.13 . , I . . � �. . . � ..
l
_ � _._� I -� � _ -__�.---___
_ _— �
�i0 21+P�6 � I� I I II � ( II I . , � � . � .
'ISiPLL:. � � � I �: �, '� '�.
'I)'.25� 1�t.�5' 011£D..6Q10', 'I . �I � . � ��. . � . � . . . .
N/-4LaG(':G . - . .. . ..r..- .. .--- �' - _._ . .. ..
1� - It.iS' Ri �
y � 5. p�� , , , i �� , � . , . � � . � , . , I , .
l J99.2J . . . � . -
�
�._.' I � ,� ,
, �
��....._. . � -- . - _ . . . . ; .
j�� � , I , �
' � i I j I I n ,i,
7_-
I � � , � I -I A f�� - --
��
,- �. � . � . . I'i . i- - - , '� , j . i �N.�'i . , i .
' �� � — - —�' -
� � ' , m�
i �
-- �— �
- -- � ' -I--
� � ,
, +
T INE 5. 24 OD
� , MA C L i i
- - --- -- EESHEE 11----', --
, i,,.. ,
m"n
2��� g
��> ' � � �
mF O
u � �
� �� z
� � � DO 3p C� �
� N— �
aa �a^� m� N� A
m s
�nz O o �
9 �� -�= ZY a �
�/ o �g A�
� � a� o m z= m�
v y .d
� � �A �D n � L
� � "'� z r m � � ��
� = m A y = ,
� D �
� � m � :
y � � � a
���o- ������
o ^Q �� �Q
;ao^a,7 m�o7
� S ���o�m �A>��
g ��� o¢t
����; �F�w�
go�c ��coa
' �`1`1;'n' ?90�� �Foy3
+�ir$�s�i z�^oo �o;y
�o�'��a� ��_�� �o�m
,4� ���� � m �N m��
i \�t.�� F
�
.
"�`�no�� n� �o� "om�
>�' ;Fz��� y�= o,�a
-,�YAFF �k� ��o ���'�_
zp-,i��D�m _ z���o Z
���r�� n >� _'�: �
��� N��
..N�,m�,Nm_N� .- `�y7
I YSNr .y
c5r7�� � . �L�z,.,:'
.�,1° j•!�.iiI1NREST
I I ���
---1 ° i t�
f^�¢� �� � I
o��`�
N � I�
--- _'�""�""- 1�1I
� i "_� "�""�""
�' -- --
� � o$PgmF .
� �-"—muzr�o..�
zl`
�
a --�
'�--� _ ^'
� \ . n
�\ P4fA
3C1 � m�z�,
ffl �'�__ \ U
�
b
� � � 'r�
\ ���
\
� i ,; �\�
� �m>zm� 8
+� /
�?�- �
Um��aFa \ /E
,\ /�
. , , , . ,./..'
\. �
�_
" Z
���A��A,. O
as���t� m
�7o,��my� N
>Ao
�o�o�rz�
A�nF��7
�y _
G`" - m�
MATSE LINE STq. 16+gp z�' �-
L�,� �{� ����SH�EET gq
'�rf L.' ���
�� --IT—
�m�F "�'000y�� �
�I
'�� J I
��J
� 0��`5 . / ��
�li � r n'+� H
'� �ouK,'m %,
� / Aj / /
\\ • y>
� \ / -�
Y�� �y
z;;�� �Z'
�- �
�
�,, \ y�y
,���.s a
% ;�ti
/ �
/ o�
� \
� �_
��
➢ D
U �
�k �
O O
A m
� �
C 3'
A A
a a�s yonmo�ziFn?L(�irc�sc�yN �n-
�aomr
>F ���� s�o�r����nm�nAOA��� �F
n� u£� �`�o-y�onA;� �N�oD'�S o�
�_ �� ����7 oF�, �s�>=a. -
-�iF - ��U�no�R"i<o�oN�a�� ��
m _ _c���i�m_"c��,A ^m �N
�'� ��9 Q��n;F �m� F�9 �6 N
" �� ���� � ^� ��� mm
f� mp >�a�L��-D������ n�m ��
" v� �" A.m�D�>����o�m5 a
� - �F"m��'"�3�"�`�qm�,- `�' �
o m ^ �n � �LF
I ���Z . �� �r � � I
�� m=�L- m L,_ �_�
�I2 �__ �,
i�iI�',� �� ��� �
,�?� �f`� ��o �
�LCX1\J,I�/ �' N�'
� R�� <9 �
�'" L
.�I� �a
. � �
�
�
MATCHLINE STA. 64+00
SEE SHEET 15A
---------- ' ' '�.'I�
� I
� '• �
s �
-------- I � I
� �
i
--------v� � A sg �� D I
i _m� �� �x�
p �^�' 6 R y�
-����_=_"_� I , I � � �'��
, rl l� {�r�.�.�_)II i�� '__ � ' .,
--- -�I j
T P aNEWw5�7oE�A2D DRI�E �
(w iu+i
w�K� rp��
� ------\a
rsri � i i
f�,�;�'.,;i�/.;.;iU�—��6?R�'� (I�}'.�..� I.
� I �I
�Z I�' b I
fA I I i
_�
D ---------- i i m
� �I �
� _ �
D �' I I ' $ ��
;�II;���
------- �.g i � I= >
II'
�.
_—__ i I 6
_—__ I � �L
� I� �
�>� �
___' i I §
_—_' I � � 4
ti?� ,
��as�ono
�o�o�Az�
up�`ng<�
�o _
- m�
��-o"�o
��An�s�
�'" o" � �
�FY
w-�� �
�> �
�iR
�%���_ - _
zpi i \
�' o �
�� �
'a� � `" _��^��; ��
�t I� ��m x��
_� , oD�> .
;�i �> _=�9 ��� m
� m
� I �
��mz I _
=�m= I
��� I
� �� L
�� ,
uGw
� N�w
I
I
ZI
0
m
�
SEE SHEET 17A
`���' g
8.... �
n`�y S � A Z
xmE O -1p
� � �
N A
N o � � D v 3 p n
� � � �._� o P � � �
❑� o
7 ;3 � �= 3p a"
�./ o Z � �
� 2 � � � D 2 = A
� ~
o � Q � p 4 > � �
� N� m DA �A
� � = D '��
Y �
D � u �
:����
P�m �'mo _ �7n o��o � of _"oomm
a�� =�m�'�'� - �z K� y�� A�?5R
� ^�o� ,�"�$� Am N n,�m �o�>;
� ��� ������ y�'" ;Fm^ �Fo ��
' �S <n��$ �8np A➢�9m�o?�N' �� N�z
S S <� m�oo�� "sm �AT�x<'"nNN a�n�
AN�9� �mm�� omno�n'n^�n __ z��ngD
�Uo� a7> ;x �9-.c�� � n� �o�z
o�c moF'ncj 1��z'a yz s��xZ
� '��n�4 �J�o �� ��^n;F nm _ �c�
� '���,!•�:��y ',,a��" _µ ~N " < Ss �">_y
-E�4 P� :�
i '� � ' o0 o'6cs� r - B�
���Rs ��p>� a��m - _ -"��
:i� \���'� n�� D�N A� _y�
„ti-- � m �m� �� . N�7=
s�
�
n
v
�
N �O
A
m
>F �Au ���z����°-`�o�my� F
>� A�r �o'9ym���p�o;n��o
�� ��'� a��n-��o-�oF���o;�� "�
n� �;`o'�<oo�N=r�m��� aa G�
m �Di;ycn_'< <<o`�oNmoc'^ ^":
�� ��^f�i� iF�i��- �nF o00
- �� ��mro�n - og�y��yN im �
m �A ���a- 3❑
'� Rn A mnmmn2� o� m�
�� _nSp"� a�>�$9��^�0
- ��nm�z o��nn�K�� s
o -m �Fm ���'➢ �ma- �