Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 58529
CONFORMANCE FORTWORTH C 171 Y 217.CRETARY CONTRACT FOR THE CONSTRUCTION OF WESTSIDE III/IV/V TRANSMISSION MAINS — MARKUM RANCH PS TO ALEDO RD Volume 1 of 2 City Project No. 103292-2 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Farida Goderya, Ph.D., P.E. Project Manager Prepared for The City of Fort Worth Water Department AUGUST 2022 Kimley ))) Horn Texas Registered Engineering Firm F-928 OFFICIAL RECORD KHA No. 061018398 CITY SECRETARY = a =�`4 FT WORTH,TX FORTWORTH,,, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 WESTSIDE III/IVN TRANSMISSION MAINS - MARKUM RANCH PS TO ALEDO RD CITY PROJECT NO.: 103292-2 AUGUST 2022 08/18/2022 OF ♦ N �111�� Chris Igo, P.E. ,`1,06 .• ..T%-. � Kimley-Horn and Associates, Inc. ��:' TBPE Reg#F-298 * •' 801 Cherry Street, Unit 11 �•• HRISTOPH �•••••IGO / CHRISTOPHER P. IGO Suite 1300 120045 Fort Worth, TX 76102 �. C�:' �. WESTSIDE III/IV/V TRANSMISSION MAINS - MARKUM RANCH PS TO ALEDO RD CITY PROJECT NO.: 103292-2 AUGUST 2022 .:.��0 %F TF��1 `',tip►{ ����s �� 00 �. ..CRAIG S. MEIER122603 ... k, s - N ► _ 05/27/27/2022 i ^- 05/27/2022 Craig B. Meier, P.E. Dean Flessas Black Mesa Engineering & Consulting, PLLC DKC Integrity, LLC TBPE Reg #F-20656 NACE CP4 #5928 1410 N Craft Rd 7 Switchbud Place Stillwater, OK 74075 The Woodlands, TX 33780 For Design of Cathodic Sections: 33 04 10—Joint Bonding and Electrical 33 04 12—Magnesium Anode Cathodic Isolation Protection System 33 04 11 —Corrosion Control Test Stations 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 3 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00-General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 08/15/2022 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Pre qualifications 08/13/2021 00 45 12 Pre qualification Statement 09/30/2021 00 45 13 Pre qualification Application 08/13/2021 00 45 26 Contractor Compliance with Workers'Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 1 General Conditions 08/23/2021 00 73 00 1 Supplementary Conditions 08/15/2022 Division 01 -General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 10,2022 PROJECT DATE:AUGUST 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 78 23 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03 - Concrete 03 30 00 1 Cast-In-Place Concrete 08/18/2022 Division 32-Exterior Improvements 3292 14 Native Grass and Wildflower Seeding 08/18/2022 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 08/18/2022 Division 33 -Utilities 33 0132 Closed Circuit Television(CCTV) Inspection OF Water 08/18/2022 Transmission Mains 33 04 10 Joint Bonding and Electrical Isolation 08/18/2022 33 0411 Corrosion Control Test Stations 08/18/2022 33 04 12 Magnesium Anode Cathodic Protection System 08/18/2022 33 04 40 Cleaning and Acceptance Testing of Water Mains 08/18/2022 33 0521 Tunnel Liner Plate 08/18/2022 33 0522 Steel Casing Pie 08/18/2022 33 1105 Bolts,Nuts, and Gaskets 08/18/2022 33 11 10 Ductile Iron Pie 08/18/2022 33 11 11 Ductile Iron Fittings 08/18/2022 33 11 14 Buried Steel Pipe and Fittings 08/18/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 08/18/2022 33 1230 Combination Air Valve Assemblies for Potable Water Systems 08/18/2022 VOLUME 2 Technical Specifications which have remained unmodified; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions Last Revised 0241 13 1 Selective Site Demolition 03/11/2022 Division 03- Concrete 03 34 13 1 Controlled Low Strength Material CLSM 12/20/2012 Division 31 -Earthwork 31 00 00 Site Clearing 03/22/2021 31 25 00 Erosion and Sediment Control 04/29/2021 31 3700 Ri ra 12/20/2012 Division 32-Exterior Improvements 32 31 26 1 Wire Fence and Gates 12/20/2012 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised June 10,2022 PROJECT DATE:AUGUST 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 Division 33-Utilities 33 05 10 Utility Trench Excavation,Embedment, and Backfill 04/02/2021 33 05 13 Frame, Cover and Grade Rings 12/09/2021 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 0520 Auger Boring 12/20/2012 33 0523 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 4/18/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 0530 Location of Existing Utilities 12/20/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 33 1221 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 1225 Connection to Existing Water Mains 02/06/2013 33 1240 Fire Hydrants 01/03/2014 33 1260 Standard Blow-off Valve Assembly 06/19/2013 33 3920 Precast Concrete Manholes 12/20/2012 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 10,2022 PROJECT DATE:AUGUST 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 8, 2022 REFERENCE NO.: **M&C 22-0886 LOG NAME: 60WESTSIDE III/IV/V WATERMAINSP2-KHA& MCKEE SUBJECT: (CD 3)Authorize Execution of Amendment No. 1 in the Amount of$307,885.00 to an Engineering Agreement with Kimley-Horn Associates, Inc.,for Westside IV Elevated Water Storage Tank and Transmission Main Project,Authorize Execution of a Contract with McKee Utility Contractors, Inc. in the Amount of$8,081,011.00 for Westside IV Elevated Water Storage Tank and Transmission Main Project, Provide for Total Project Costs in the Amount of$11,009,481.00,Authorize Acceptance of Funds from Walsh Ranches Limited Partnership in the Amount of$324,256.00,.Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of Amendment No. 1 to City Secretary Contract No. 55971 in the amount of $307,885.00, an Engineering Agreement with Kimley-Horn Associates, Inc., for construction support services for Westside IV Elevated Water Storage Tank and Transmission Main project(City Project No. 103292) for a revised contract amount of$1,678,150.00; 2.Authorize execution of a contract with McKee Utility Contractors, Inc. in the amount of$8,081,011.00 for the Westside IV Elevated Water Storage Tank and Transmission Main project (City Project No. 103292); 3.Authorize the acceptance of funds from Walsh Ranches Limited Partnership in the amount of $324,256.00 (CSC 58178); 4.Adopt attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of$324,256.00, received from Walsh Ranches Limited Partnership, for the purpose of providing funding for the Westside IV Elevated Water Storage Tank and Transmission Main project(City Project No. 103292); 5.Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside IV Elevated Water Storage Tank and Transmission Main project; and 6.Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the Westside IV Elevated Water Storage Tank and Transmission Main project (City Project No. 103292) in the amount of$8,853,934.00 and decreasing appropriations in the W&S Commercial Paper project(City Project No. UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: On June 22, 2021, Mayor and Council Communication (M&C) 21-0482, the City Council authorized an engineering agreement with Kimley-Horn Associates, Inc., (City Secretary Contract No. 55971), in the amount of$1,370,265.00 to prepare plans and specifications for the construction of Westside IV Elevated Water Storage Tank and 36 inch Water Transmission Main. The purpose of this M&C is to authorize execution of Amendment No. 1 to City Secretary Contract No. 55971 in the amount of$307,885.00, an Engineering Agreement with Kimley-Horn Associates, Inc., for construction support services for Westside IV Elevated Water Storage Tank and Transmission Main project(City Project No. 103292)for a revised contract amount of$1,678,150.00 and execution of a contract with McKee Utility Contractors, Inc. in the amount of$8,081,011.00 for the Westside IV Elevated Water Storage Tank and Transmission Main project(City Project No. 103292). As part of Amendment No. 1, the Engineer will provide construction phase services, additional pipeline design, additional survey services, surge analysis for the Westside IV and V water transmission mains and dividing the project into two parts to accelerate completion of the project. The project was advertised for bid on August 18 and 25, 2022, in the Fort Worth Star-Telegram. On September 15, 2022, the following bids were received: lAdditive Alternate Contract it Bidder Base Bid I Bid Total Bid p Time j l _ ---------- ��-----_ _�._ _-1 __^-- McKee l� ;i !325 Utility j $7,756,755.00' $324,256.001 $8,081,011.001 Calendar Contractors,i �I ( Days i Inc. �� ' a I .-----.-.---- —ate_------__-----_-i__ ___i--------_ --_ Mountain i Cascade of ( $9,056,478.0011 $331,321.00� $9,387,799.001 Texas, LLC IS.J. Louis Construction ; $9,769,061.41 i $313,974.51 10,083,035.92 of Texas, Ltd.' Harper ` Construction,Brothers $10,927,114.721 $351,758.13 $11,278,872.85( j 1 I i LLC 1 Reyes ; 1 $11,846 888.00i$11,199,114.00; $647,774.00, , EGroup, Ltd Walsh Ranches Limited Partnership (WRLP), pursuant to a previously executed Developer Fundign Agreement (CSC 58178), has contributed the amount of $324,256.00 to pay for the cost of the Additive Alternate Bid which consists of two 16-inch and one 24-inch stub out as requested by WRLP during the design of this project. In addition to the contract cost, $517,808.00 is required for project management and inspection and $271,486.00 is provided for project contingency. M&C 21-0482 authorized $461,026.00 for project management, real property acquisitions, and utility coordination in relation to Kimley-Horn and Associates, Inc's original engineering contract. This project will have no impact on the Water Department's operating budget when complete. Funding is budgeted in the W&S Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the Westside IV Elevated Water Storage Tank and Transmission Main project project. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2023-2027 Capital Improvement Program as follows: 60WESTSIDE III/IV/V WATERMAINSP2-KHA& MCKEE I Capital Revised i Project ( FY2023 CIP Budget Change I 1 i Fund Authority`` FY2023 Name I Name 1Appropriations(( i(Increase/Decrease)i Budget 1 56021 103292 1 $0.001 This M&C 1 $8,853,934.00,$8,853,934.00, I W&S 1-WSIV i Commercial)Elevated ;� 1 Paper !WST& L 111L J 56002- 103292 Water & -WSIV Sewer Elevated ,Capital WST & $0.00 This M&C $324,256.001 $324,256.00 Projects Trans Fund Main Funding for the WS IV Elevated WST &Trans Main project is depicted below: [—Existing AdditionalFUNDi Project Total Appropriations Appropriations �W&S Rev Bonds Series i $1,831,291.00 $0.00 $1,831,291.00 2022 Fund 56020 I i W&S Commercial Paper $0.00 $8,853,934.00 $8,853,934.00 Fund 56021 56002 apital Projects Fund 1 $0.001LF $324,256.001 $324,256.00 Project Total - _—� $1,831,291.00 $9,178,190.00 $11,009,481.00 *Numbers rounded for presentation purposes. Business Equity - McKee Utility Contractors, Inc. is in compliance with City's Business Equity Ordinance by committing to five percent Business Equity participation on this project. The City's Business Equity goal on this project is five percent. Business Equity- Kimley-Horn Associates, Inc. (KHA) agrees to maintain its initial M/WBE commitment of 10 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 10 percent to this first amendment. Therefore Kimley-Horn Associates, Inc. (KHA) remains in compliance with the City's Business Equity Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE commitment form executed by an authorized representative of its company. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Commercial Paper Fund and the W&S Capital Projects Funds for the WSIV Elevated WST&Trans Main project to support the approval of the above recommendations and execution of the amendment to the engineering contract and the construction contract. The Water Department(and Financial Management Services)is responsible for the collection and deposit of funds due to the City. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs).: TO _ _ ___ __ Fun d�Department1Account ProjectProgram ctivit- yT-Budget Reference# � uom ntt i ID_ ! .�_ ID � i �! Year j (Chartfield 2) FROM __ _ _ _ Fund Department ccount Protect rProgramTActivity_ _( Budget Reference # Amo unt, ID ID _ _ Year Chartfield -J 2 CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60WESTSIDE III IV V WATERMAINSP2- KHA& MCKEE funds availabilitypdf (CFW Internal) 2.60WESTSIDE IIIIVV WATERMAINS- KHA& MCKEE 1295 Form (KHA).pdf (CFW Internal) 3.60WESTSIDE IIIIVV WATERMAINS- KHA & MCKEE 1295 Form (McKee).pdf (CFW Internal) 4. 60WESTSIDE IIIIVV WATERMAINS- KHA& MCKEE APC Form (KHA).pdf (CFW Internal) 5. 60WESTSIDE IIIIVV WATERMAINS- KHA & MCKEE Comp Memo (McKee),pdf (CFW lnternal) 6.60WESTSIDE IIIIVV WATERMAINS- KHA& MCKEE FID Table WCF 10.13.22.xlsx (CFW Internal) 7. 60WESTSIDE 11IIVV WATERMAINS- KHA& MCKEE Map.pdf (Public) 8. 60WESTSIDE IIIIVV WATERMAINS- KHA & MCKEE SAM (KHA)_pdf (CFW Internal) 9. 60WESTSIDE IIIIVV WATERMAINS- KHA& MCKEE SAM (MCKee).pdf (CFW Internal) 10. ORD.APP60WESTSIDE WATER- KHA & MCKEE 56002 A023(r4).docx (Public) 11. ORD.APP60WESTSIDE WATER- KHA & MCKEE 56021 A023(r6).docx (Public) 12'. PBS CPN 103292.pdf (CFW Internal) 13. Res.60WESTSIDE 1111VV WATERMAINS- KHA& MCKEE.pdf (Public) c c a Y o c > 0 0 0 u a v W W � c m N _ = O Y P o 00 w �, N 0 +' U C u c w c = 3 = ° a, y Y c t c F co u a 0 a`i 0 0 0 0 " w " Q u tt: — v a p IJa j a -° 0 0 O v 0 v� vi a a` 1° Ln o u 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 v 6 � v r` o LD vi vi m i v w m m v1 LnN a c) 00 00 Ln .-4 N Ln Ql N N V 00 O Cr 00 r\ r-I V N m rn lt: V O O v 4r` LO N O V Ln 00 N N N N c) Ln m N N 00 m m .-I N N m r` s-i m 00 W f` I ! I m m m m rn rn m m m m m m m N N N N Ol Ql Ol Ol Ql Ql Ol Ol Ql O O O O Q1 Ol Ol O1 Ol Ol Ol Ol Ol N N N N Ol Ol Ol Ol Q1 Ol Ol Ol Ol • Wo O O O Ln O O O O et c) Z LU 00 00 00 00 00 00 W m 00 W W 00 00 00 00 00 00 00 00 00 00 00 00 00 V) Iq �q 1-1 r-I r-I 1-1 1-1 T-q 1-1 T-q F Z o 0 0 0 0 0 0 0 0 0 0 o W o 0 0 0 0 0 0 0 0 0 0 0 w u a � N N N N N N N N N N N N N G. Ql cn cn Cl) cn Ol cn Cl) Ql m m m m N N - N N N N N N N N N N m m m m m m m m m m m m m w u o 0 0 0 0 0 0 0 0 0 0 0 0 U O O O O O O O O O O O -4 o r-I Ln O I 1-1 0 O .-1 '-I '-I O v1 O m LO O O Q O O O O O O O O O O O v -1 -1 n a m es -I m y L0 1p .-1 r-I In f` m r\ m m r\ o v) In v1 v) v1 In In Ln v1 N U) z o 0 0 Cl 0 Cl Cl Cl Cl Cl 0 0 0 m m m m m m m m m m m m m v a a a a v v a v v v a a W 0 0 0 0 0 0 0 0 0 0 0 0 0 E. o o o o o o o o o o o 0 o LD LD LD LD LO Lo l0 LO LO wLO 3 Cl 0 0 00 0 0 0 Cl 0 0 0 0 0 0 ei .--1 N N '-I i--i N N O O N N N N N N N N O N W O O O O O O O O O O O O O O LO LO LO LO LD w w w LD w w w LO w A Ln v1 Ln v1 Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln V) F W LO LO LO LO LO LO LO LO a r3 06 06 o2S C,6 06 o�S o�S o2S 1 - N 0�S 0�S 02{ c Ln Ln m m � Ln Ln Ln Ln Ln m ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IH/IV/V TRANSMISSION MAINS —MARKUM RANCH PS TO ALEDO RD City Project No. 103292-2 Addendum No. 1. Issue Date: September 7,2022 Bid Receipt Date: September 15,2022 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated Plan Holders List has been uploaded to the Project's BIM 360 Plan Holders as a separate document,The link for the Plan Holders folder can be found in the Invitation to Bidders. 2. The pre-bid agenda and sign-in sheet were uploaded to the Addenda folder on Bim360. 3, The bid workbook excel file with editable cells will be available in the Addenda folder. SPECIFICATIONS 1. Specification 33 1114—Buried Steel Pipe and Fittings • Part l.9.A.I.d.2.DELETE Section"2)" in its entirety and replace with the following: o"2) Pipe manufacturing operations(pipe,fittings, lining, coating)shall be performed under the control of the manufacturer." • Part 2.2.B.2,a.l.d DELETE reference to SSPC SP 10 and replaced with"SSPC SP 5". • Part 2.2.C.I.e.7 DELETE Section"7)" in its entirety and replace with the following: o"7) Soil Reaction Modulus(2) < 1,000" • Part 2.2.C.1.e.8 and 9—These sections are revised as follows: o The working pressure for the Westside III 24"Transmission Main(Water Main E) shall be 250 psi instead of 150 psi. • Part 2.2.C.4.e DELETE Section"e)" in its entirety and replace with the following: o"Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 23,000 psi." CONSTRUCTION PLANS 1. SHEET 28: DELETE Detail D108/28 in its entirety and replace with the revised Detail D108 (M)/28 (attached) which has been modified to be applicable to Ductile Iron Pipe only. 2. SHEET 29: DELETE Detail D107/29 in its entirety and replace with revised Detail D 109 (M)/29 (attached)which has been modified to clarify the requirement for mortar coating with mortar bands on top of polyurethane coating for C200 steel pipe in casing. ADDENDUM NO. 1 ADDENDUM NO. 1 BIDDER QUESTIONS 1. Has HDPE been considered as a viable pipe material for this project? If not,why? • Due to the larger diameter and DIPS HDPE availability in the pressure classes needed, HDPE is not being considered for this project. 2. What is the Engineer's Estimate for this project? • $8,000,000 to$10,000,000. 3. What is the anticipated Notice to Proceed? Is there an expected timeframe between the awarding of the bid and the beginning of construction? • It depends on execution of the Contract Docunnents and City Council Approval, but a rough estimate would be the end of Noveinber/beginning of December: There are a number of other prrojects that depend on the installation of this project, so the NTP ivill be as soon as possible. 4. Would multiple pipe materials be allowed between the individual pipelines on this project? • No. Due to the design of the cathodic protection system, the proposed pipelines must be the same pipe material. 5. AISI is referenced in the specs. Do AIS or any other domestic requirements apply? • No domestic or Bury America requirements exist for this project. 6. Is the Soil Reaction Modulus 1,000 or 100? (33 11 14,2.2,C,1,e,7) • Soil reaction modulus E'shall be<1,000. 7. The specifications and drawings are ambiguous with the brush band direction. It's not clear on if we are supposed to provide cement brush bands over Polyurethane or over CMC overcoat and in the drawings, it shows casing spacers in lieu of brush bands. See screenshots below(33 11 14,2.2,13,13) &(DWG Sheet 28). Can you get confirmation on what we are supposed to provide? • Pipe within a casing or tunnel shall be a mortar coating over the polyurethane coating with thickened mortar bands as required in the specification. A revised detail will be issued to clarify. 8. In lieu of thicker minimum wall thickness fittings requirement, please consider designing fittings per AW WA C208 which will use the same wall thickness as pipe designed per AW WA C200. • The specification has been revised to remove the mininuunn thickness requirements. Fittings shall be designed in accordance with AI41"WA C208 and Mll. 9. Can steel pipe and fittings be manufactured at different locations, under the direction of same manufacturer. • Yes, the specification has been revised. 10, Ref: 331114 2.2 B.2.d and C.I O.b.9. Please clarify blast requirements. SP 10 near white is referenced in B and SP5 white is referenced in Section C. SP10 is manufacturers recommendation and per AW WA C222. • Section ivill be updated to shorn SP5. 11. Ref: 33 11 14 2.2 B.13.a Will extra thick Polyurethane (50-60mi1) in conjunction with casing spacers be acceptable if contractor means and methods dictates. • No. Pipe within a casing or tunnel shall be a mortar•coating over the polyurethane coating with thickened mortar bands. ADDENDUM NO. 1 ADDENDUM NO. 1 12, Ref 33 11 14 2,2 C.l.f.I. Can PDV value be per latest edition of M I which has a value of 9000. • PDTI values shall remain as listed in the specification. 13, Ref: 33 11 14 2.2 B.2.a.l.k. With today's global supply chain issues, we ask that Chemline 2265 also be included as an acceptable coating. Please see the attached data sheet. • Chemline will not be considered at this time. 14, What is the connection type/method that we need to provide at the 24" HDPE connection? • Contractor should plan to connect to 24"HDPE with flanged connection as noted on Note 2 of the Plan Sheet 25. Thickness and diameter of HDPE will be confirmed during construction of the project. 15. From the specs it appears that joint bonding is required for the entire project (unless welded I assume) • Correct. Joint bonding will be required at every joint, with the exception at welded joints. All three pipes (Jf,S III/IVITI)shall be bonded together and electrically continuous, 16. Plans say thrust blocking is required on all pipe types. Just wanted to confirm it will be required for C303 and Steel. • Correct. In addition to thrust restraint, horizontal thrust blocking is required for any pipe material selected Note, that the required dimensions have been modified per plan detail D130132. 17. 1 wanted to ask if 36" DIPS fusible PVC would be considered for this project? • Due to the City' desire to have similar pipe material, being immediately downstream of the pump station, and the 350 psi pressure in the Westside 5 waterline (250 working psi + 100 surge psi), PVC is not being considered for this project. 18. The 16"lines have restrained joints. Is there a preference for flanged joints vs simulated weld bells? If we go with simulated weld bells, we will include hand holes. Can we use schedule 10 for the 16" (18" OD)pipe?The pipe wall thickness for sch. 10 is 0.250", • This question is in regard to the additive alternate stubouts intended for future development. Per City standards, they do not accept steel or bar wrapped concrete for lines smaller than 24", therefore, the 16"shall be bid as Ductile Iron as shown in the bid form. As mentioned above, other pipe materials won't be considered. ADDENDUM NO. 1 NOM SHEET 28: 1. F"I�-���[--F�y-1EN75�p L—N� PIPE O;1-.-PER 1. FOR BELL AND SPIGOT PIPE.REMOVE A I, """"""'"' SECTION 33 03 10 AS ALL SLACK IN LINE PRIOR TO BAtl(FlLL ! INDICATED ON THE AND PRESSURE TESTING. +\� DRAWINGS FACE,+ FOR CASING BY DPEN CUT, OF PIT. STEEL CASNG PIPE OR EMBEDMENT SHALL BE SAND -`-`++-'+'•` \� FOR TUNNEL LINER TIINNEL LINER PLATE PER SECTION 33 05 10 PLATE,PROVIDE HOLD ALL J01NTS iN..AND •' \ DOWN JACKS AT ENDS CONTACT GROUT PER *•END SEAL`•'+`+ ADJACENT TO CASING OR _ ;•,•PER SECTION` ` A CARRIER TUNNEL LINER PU7E TO CASING SECTION 33 OS 23 IF ACKING OR PIPE EMBEDMENT // 33 OS 24 MIN r" PPE BE RESTRAINED PER TABLE �ACFR HIANDPE J7UNNEUN 33 05 10 AS / INDICATED ON THE DRAWINGS \�--- es sssys ivsir *;e•° B•a, a a >, �� 4a . .� a Via\ , NM.`�:vee`.v MAX SPACING BETWEEN tY MAX(TVP.} CASING SPACERS A.e\!..�� SHALL BE NO MORE CASING SPACERS FOR STEEL PRESSURE PPE AND ALL THAN S'MAX TYP CLSM FROM BOTTOM AND LIMITS OF CARRIER PPE 48'AND LARGER. ( ) ON BOTH SIDES TOF LAUNCH OR RECIEVING PR TO B• CASING SPACER SPACING SHALL BE BELL AND SPIGOT ABOVE CASING PPE OR TUNNEL DESIGNED BY ENGINEER EXTENTS DF LAUNCH OR LINER PLATE TO PROTECT END SEALr.:� .aVf,S qr,Fx Yi'i17iT �i 4� y f I.'4 CARRIER PIPE-RESTRAINED JOINTS P DIP dP DP STEII DIAMETERS DAMETERS DIAYElONS PIPE !•-Ir 24•-48• 54•d LARGER ALL SAS y MECHANICAL MEEJ YA711 FLANGED OR RTTMGS JOINT WITH Op RESTRAINED L- N(7" ANC MECALUfS PUSH-ON J IN T+ JOINTS U BELL d SPIGOT RESTRAINED LOK-RIMG.' I WELDED PIPE WITH GRIPPER PUSH-ON JOINTS JOINTS JOINT, •TR-FLEX BY US PIPE,FLEX-RING BY ACIPCO,OR APPROVED EQUAL •"LOK-RING BY ACIPCO,OR APPROVED EQUAL PPE EMBEDMENT PER CLSM PER SECTION 33 05 10.TO SECTION 33 05 10 EXTEND TO UNDISTURBED EARTH IN PLAN A—A TIE BOTITZOOM OF THE oc�AVATION TO DUCTLE IRON PPE AM STML CASING & TUNWEL LHER PLATE PROFILE DETAIL 33 05 24-101108 (W) SCALE N.T.S. REVISED 00-07-2022 SHEET 29: A J EXTENTS DF LAUNCH OR RECIENNG PIT PIPE BACKFILL PER SECTION 33 D5 10 PIPE EMBEDMENT PER FOR C-70D STEFI _ SECTION 33 05 10 �FOR CASING BY OPEN CUT, PIPE_MORTAR COATNC •+"" EMBEDMENT SHALL BE SAND cHA II AF APPUfn FACE PER SECTION 33 05 10 OVER POLYL_ETHANE `•OF PIT==' i'6F16 PROVIDE HOD CDATdO DOWN JACKS AT ENDS SEAL USE FLE%-PROTEX STEEL CASING PIPE CONTACT GROUT PER ,•PER SECTI ONE - q JOINT FlLLER OR SECTION 33 053 IF 33 OS 24, 8• PIPERIER APpaVEO EQUAL = R PIPE JACKING OR HAND TUNNEUNG If vov n (Y ���e �v •..MIN_�ro�yvp MAX MORTAR BANDS h TWO MORTAR BANDS PER SHALL EXTEND JOINT,SPADING PER WELDED JOINTS \ 2•MIN BEYOND MANUFACTURERS INSIDE LASING PIPE PIPE BELL RECOMMENDATONS CONNECTION IMMEDIATELY ADJACENT #ARET SL7:INSET'A' CLSM FROM BOTTOM AND TO CASING OR TUNNEL LINER PLATE LIMITS OF LAUNCH OR SHALL REQUIRE 5NAP--RIM& EXTENTS OF UUNCH OR RECEVING PIT TO 5' RESTRAINED CONNECTION AND ABOVE CASING PIPE OR STANDARD JOINT WRAPPER 31 '•^` 'x•,'R f TUNNEL LINER PLATE TO PROTECT END SEAL INSET A' SPOT WELD ON EACH FLEX-PROTEX SIDE OF ROD PER JOINT FILLER OR MANUFACTURERS APPROVED EQUAL �S RECOMMENDATIONS 4t I,yY J STEEL SPIGOT RING 'STEELrBELL RING RUBBER GASKET , AWWA C-10i h C-T0 A'MY1 -200 cTEE INTO cNA1I B { WFI I1FT1 JOINTS IN ACCORDANCE WITI SP fJFI ATOM♦e 11 1 PIPE EMBEDMENT PER CLSM PER SECTION 33 05 10,TO SECTION 33 05 10 EXTEND TO UNDISTURBED EARTH IN ALL S AND PLAN A-A THE BORTTOM TAL OF THEE EXCAVATION 0 CONCRETE PRESSURE PIPE & STEEL PIPE CASING & TUNNEL HNER PLATE PROFILE DETAL 33 05 24—DlW (M) SCALE N.T:S REVISED 09-0-2022 ADDENDUM NO. 1 ADDENDUM NO. I All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Chris Igo, P.E. (No. 120045) Approved By:_ Engineer of Record Date: 09/07/2022 Farida Goderya, P.E., Senior Project Manager 09/07/2022 Water Department OF�P,�E° °°rF 1dd� A*00° ° ° ° ° 0000000000000000000000000 CHRISTOPHER P. 1000000000000000000000000000 �J �"d o0 120045 °' � 10 RECEIPT ACKNOWLEDGED: By: okLA!t�'°� moo® •U° . Company: MCKEE UTILITY CONTRACTOR;°It��t ADDENDUM NO. l ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD City Project No. 103292-2 Addendum No.2.Issue Date: September 13,2022 Bid Receipt Date: September 15,2022 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated bid workbook excel file with editable cells will be available in the Addenda folder. Note that no plan changes or quantities have changed,but rather the need to show pre-qualification as mentioned below. SPECIFICATIONS 1. Specification 00 4100—BID FORM • Section 3.Prequalification. DELETE Sections"b.Tunneling"and"c.Cathodic Protection" in their entirety. 2. Specification 00 4512—PREQUALIFICATION STATEMENT • DELETE Major Work Types"Tunneling—54"and greater, 100 LF and greater"and "Cathodic Protection"in their entirety. BIDDER QUESTIONS 1. How are we supposed to do the pressure test without a water source? • Per Project Specific Note 10 on Sheet 2 of the Construction Plans, The City does not currently have existing waterlines in the vicinity of the project area. Sheet 6 shows proposed water mains planned for the area. However, the only water main currently projected to be constructed in conjunction with this project is the 24" Water Transmission Main along IH-20 ROW from Chapin Road (currently in construction). Make provisions during construction to haul any water needed for the work to the site. Hydrostatic testing, flushing, and bacteriological testing will be provided from the proposed 24" Water Transmission Main for the Westside IN 42" Water Main only. Make provisions to supply water for testing of the Westside IV and Westside V 36" Water Mains either from the 42" Water Main or other means.No separate payment. 2. Geotech information provided is not for this project (it is for westside IV EST). Can you please provide the Geotech information of this job? • The Geotech report included is correct and is for both the Westside IV EST and the transmission main alignment. The original name for this project was the Westside IV EST and Water Transmission Main, so the Geotech information was provided for both the EST and transmission main in one report. There are also two boring logs included from the future Westside IN City project, and they are also included for reference in the Appendix (closer to the pump station site and I-20) ADDENDUM NO.2 ADDENDUM NO.2 3. Per Spec Section 00 45 12 —Prequalified Contractors—It looks like we need to use a Fort Worth Prequalified Cathodic Subcontractor for this project? Could you please send us a list of the prequalified Cathodic Subcontractors? • Specifications 00 41 00 and 00 45 12 are revised to remove the requirement to show pre- qualification on cathodic protection, but all cathodic protection design remain the same and all technical specifications shall be adhered to. Cathodic protection installer (either self-petforrned or a qualified subcontractor) shall show adequate documented experience in the type of cathodic protection work required for this project during shop drawing/submittal phase. • The Tunneling pre-qualification requirement has also been removed, but contractors should be aware that there is still a need to install casing by open cart and they are to be qualified to install pipe in casing per the details and specifications. All other provisions of the contract documents,plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Chris Igo,P.E. (No. 120045) Approved By:, Engineer of Record Date: 09/13/2022 Farida Godeiya,P.E.,Senior Project Manager 09/13/2022 Water Department OF 1�0 *�0. °°o*ICI �• * • • * / r°0000000000090000000009090 Ir' CHRISTOPHER P. IGO °°•••°°°°°°•°°°°°°°°°•°•°00 °� yq�9000 120045 °°%ENS ° IN +,�.' t t; )L RECEIPT ACKNOWLEDGED: By: Company: MCKEE UTILITY CONTRACTORS, INC. ADDENDUM NO. 2 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of South Westside V Transmission Main("Project")will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, NOVEMBER 17,2022,as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 Bids will be accepted by: US Mail, Courier,FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity(M/WBE)forms for the project to the Purchasing Office,bidders shall email the completed Business Equity forms to the City Project Manager no later than 2:00 p.m. on the third City business day after the bid opening date,exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following alternatives: - 14,300 LF 36"DIP water pipe with appropriate pipe fittings&320 LF 24"DIP water pipe with appropriate pipe fittings, - 14,300 LF 36" Steel AWWA C200 water pipe with appropriate pipe fittings&320 LF 24" Steel AWWA C200 water pipe with appropriate pipe fittings,or - 14,300 LF 36"Concrete AWWA C303 water pipe with appropriate pipe fittings&320 LF 24"Concrete AWWA C303 water pipe with appropriate pipe fittings. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.pov/purchasing/and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed,and printed by interested contractors and/or suppliers. Bid Document Folder: https://docs.b360.autod esk.com/shares/2757dfdd-ea6d-492b-8Of7-18409f54Of7f Addendum folder: https://docs.b360.autodesk.com/shares/2b4c95cl-e950-404e-a31 f-a4cb8613de98 CITY OF FORT WORTH South Westside V Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103428-2 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Plan Holders Registration Form and Plan Holders List https:Hdocs.b360.autodesk.com/shares/edO4cbl 5-d279-43a1-8a32-60b3d4cf1 c48 Copies of the Bidding and Contract Documents may be purchased from Halff Associates office which is located at: 4000 Fossil Creek Blvd Fort Worth, TX 76137 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $190 Set of Bidding and Contract Documents with half size(if available)drawings: $60 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fonwoi-thtexas.gov/purchasing/ PREBID CONFERENCE—Web Conference A prebid conference will be held as discussed in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Wednesday,October 26,2022 TIME: 10:00 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held,the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held,prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as"questions in writing."If necessary,Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: CITY OF FORT WORTH South Westside V Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103428-2 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 3 of 3 Attn: Russell Redder, City of Fort Worth Email: Russell.Redder@FortWorthTexas.gov Phone: (817)392-4970 AND/OR Attn: Randy Haney, Pape-Dawson Engineers, Inc. Email: rhaney@pape-dawson.com Phone: (214)420-8494 ADVERTISEMENT DATES October 13, 2022 October 20, 2022 END OF SECTION CITY OF FORT WORTH South Westside V Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103428-2 Revised 7/19/2021 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm,partnership,company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT.Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: hqps://apps.fortworthtexas.gov/ProjectResources/ CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving—Requirements document located at: hgps://apps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Constraction%2ODocuments/Contractor%2OPregualification/TPW%2OPaving %20Contractor%2OPrequalification%24Program/PREOUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.12df 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at: httpsp :Happs.fortworthtexas. og_v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocutnents/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%2OPedestrian%2OLightina%2OPrequalification%2OProaam/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer—Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%o2OPrequalification/Water%2Oand%2 OSanitM%20Sewer%20Contractor%2OPrequalification%2OProgram/WS S%20pre qual%20requirements.pdf 3.2.Each Bidder,unless currently prequalified,must submit to City at least seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City,in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1.Before submitting a Bid,each Bidder: CITY OF FORT WORTH WESTSIDE IIIAVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO.103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data"referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform 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 construction of the project. For projects with restricted access,upon request, City may provide each Bidder access to the site to conduct such examinations,investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall promptly notify City of all conflicts,errors,ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings,if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the 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 identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any"technical data" or any other data,interpretations,opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques,sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents, (iii)that Bidder has given City written notice of all conflicts,errors,ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO.103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Farida Goderya,Ph.D.,P.E.,Water Department Email: farida.goderya@fortworthtexas.gov Phone: 817-392-8214 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via the City's electronic document management and collaboration systern at hgps://docs.b360.autodesk.com/shares/a7e4Odfe-7b67-46d2-8f8e-78876cf4ad94 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO.103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2.The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default,rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended(replacing Ordinance No. 24534-11-2020), codified at: htips://codelibLaU.amley-al.com/codes/ftwortMatest/ftworffi tx/0-0-0-22593 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope,marked with the City Project Number,Project title,the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening,will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn"and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may,at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids,including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the 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 reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be-resented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds,Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH WESTSIDE III/1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO.I03292-2 Revised/Updated November 2,2021 PROJECT DATE:AUGUST 2022 003513-1 CONFLICT OF INTEREST STATEMENT Page I of 1 I SECTION 00 3513 2 CONFLICT OF INTEREST STATEMENT 3 4 Each bidder,offeror, or respondent to a City of Fort Worth procurement is required to complete a 5 Conflict of Interest Questionnaire or certify that one is current and on file with the City 6 Secretary's Office pursuant to state law. 7 8 -If a member of the Fort Worth City Council,any one or more of the City Manager or Assistant 9 City Managers, or an agent of the City who exercises discretion in planning,recommending, 10 selecting or contracting with a bidder,offeror or respondent is affiliated with your company,then I I a Local Government Office Conflicts Disclosure Statement(CIS)may be required. 12 13 You are urged to consult with counsel regarding the applicability of these forms and Local 14 Government Code Chapter 176 to your company. 15 16 The referenced forms may be downloaded from the links provided below. 17 18 https://www.ethics.state.tx.us/data/forms/conflict/CIO.Vdf 19 20 https://www.ethics.state.tx.us/data/forms/conflict/CIS.Ddf 21 22 FX� CIQ Form is on file with City Secretary 23 24 0 CIQ Form is being provided to the City Secretary 25 26 Q CIS Form does not apply 27 28 Q CIS Form is on File with City Secretary 29 30 Q CIS Form is being provided to the City Secretary 31 32 33 34 BIDDER: 35 A"'. l .• . 36 MCKEE UTILITY CONTRACTORS, INC By; TYLER MCKEE •°...... ��11�9;';•.�n 37 Company (Please P ' e ��•°a� 38 39 2319 W. MAIN STREET Signatur 40 Address t_ �, °1°""•c� 41 42 PRAGUE, OK 74864 Title: EXECUTIVE VICE PRESIDENT` �4Er. 43 City/State/Zip (Please Print) 44 45 46 END OF SECTION CITY OF FORT WORTH WESTSIDE IIVIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRU(:TION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised February 24,2020 PROJECT DATE:AUGUST 2022 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager C/o:The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: WESTSIDE III/IVN TRANSMISSION MAINS -MARKUM RANCH PS TO ALEDO RD City Project No.: 103292-2 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH WESTSIDE IIIlIVN TRANSMISSION MAINS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 09/13/2022 00 41 00 Bid Proposal Workbook.xlsx 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 42-inches and smaller b. I TuRne"R9—64" and greater 400 C and greater 2 i C. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 325 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH WESTSIDE III11VN TRANSMISSION MAINS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 09/13/2022 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Pape 3 of 3 7. Bid Submittal This Bid is submitted on 9/15/22 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial f. following Addenda: By: Addendum No. 1: 9/7/22 (Sig a ure Addendum No. 2: 9/13/22 Addendum No. 3: Tyler McKee Addendum No. 4: (Printed Name) Title: Executive Vice Presic Company: McKee Utility Contractors, Inc. Corporate Seal: Address: 2319 W. Main Street COT Prague, OK 74864 State of Incorporation: Oklahoma Y e V; Email: tyler(M-mckeeutility.com Phone: 405-56 7-3666 END OF SECTION CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 09/13/2022 00 41 00 Bid Proposal Workbook.xlsx 004243 BID PROPOSAL Pap I eft UNIT PRICE BID - BASE BID Bidder's Application Project tlem Information Bidder's Proposal T Dacrotion Specifiation Section No. Unio. tof Did c QuantityUnit Price Bid Value 3311.0954 42"DIP Water Restrained Joints 331t 10 LF 411.00 3311.0964 42'Steel AW WA C200 Water Pi Restrained Joints 3311 14 LF 411.00 3311.0974 42'Concrete AW WA C303 Water P Restrained Jolnl 3311 13 LF 411.00 500.00 205 500.00 3311.0958 42"DIP Water CLSM j7MI1 Restrained Joints 3311 10 LF 100.00 3311.0968 a er ac33 11 14Restrained Joints) LF 100.00 oncre e Water ac 3311 13 2C' Restrained Joints LF 100.00 $900-00 $90,000.00 3A• 3311.0851 36"DIP Water 331110 LF 7,120.00 3B' 3311.0861 36-Steel AWWA C200 Water Pipe331114 LF 7,120.00 3C• 3311.0871 36"Concrete AWWAC303 Water Pipe 33 11 13 LF 7.120.00 $405.00 2 883 600.00 4A• 3311.0854 36'DIP Water Restrahed Joints 3311 10 LF 2,570.00 48• 3311.0864 36"Steel AW WA C200 Water PI Restrained Joints 331114 LF 2,570.00 4C' 3311.0874 36"Concrete AW WA C303 Water Pipe Restrained Joints 3311 13 LF 2.570.00 $410.00 1 053 700.00 5A' 3311.0857 36'DIP YVater,CLSM Backldl 331110 LF 20.00 58' 3311.0867 36"Steel AW WA C200 Water Pipe,CLSM Backfill 33 it 14 LF 20.00 5C• 3311.0877 36'Concrete AW WA G303 Water Pipe,CLSM BacMUl 33 it 13 LF 20.00 $850.00 $17.00G.00 6W 3311.0858 36"DIP Water CLSM BeLlcfifi Restrained Joints 3311 10 LF 200.00 337 .08 3fi' feel A WA C200 W afar Pipe,CLSM Ba I 3311 14 6B" Restraned Joints LF 200.00 3311.0 78 36'Carlcre(a AWWA C303 ater Pipe,CLSM Backfill 331113 Restrained Joints LF 200.00 $850.00 $170.000.00 7A• 3311.0654 24"DIP Water Restrained Joints 3311 10 LF 60.00 78• 3311.0684 24'Concrete AW WA C303 Water Pie Restrained Joints 3311 13 LF 60.00 7C• 3311.0674 24'Steel AW WA C200 Water Pi Restrained Joints 331114 LF 60.00 $400.00 $24,000.00 8A• 3311.0001 Ductile iron Water Mingle w/Restraint 3311 11 TON 24.00 BB• 3311.0011 Steel Fitti a 331114 LS 1.00 8C• 3311.0021 C303 I'Mings 3311 13 LS 1.00 500, .00 $500,000.00 `Contractor to provide Unit Price/Bid Value for on y one of the pipe material alternal Ives for Items I-8 DO NOT PROVIDE UNIT PRICE/BID VALUE FOR EACH ALTERNATIVE 9 3305.2009 3"Water Carrier Pipe 33 05 24 LF 100.00 450.00 6.000.00 10 3 5"Ca B e Cut 330522 LF 100.00 550.00 55 000.00 11 3312.5Wl 42'AW WA ButterflyValve w/Vault 331221 EA 1.00 180 000.00 180 000.00 12 31 6"AW WA Butt Valve, Vault331221 EA 4.00 175 000.00 700 000.00 13 312. 24'Gate Valve w/Vault 331220 1.00 $50 000.00 $50 000.00 14 01 F rant 1 3.00 5 000.00 135 000.00 15 331 .0111 Connection to ExisB 42"Water Main 331225 EA 1.00 25 000.00 25 000.00 16 3312.0110 Connection to Existing Water Main 331225 FA 2.0 $15 000.00 30 000.00 17 3312.0108 Connection to EAslln 24"Water Main 33 72 25 EA 1.00 $10.000.00 8999.9999 8"Duplicate Air Release Valve w/Vault and Protective 99 99 99 18 Frame FA /3,00 $75 000.00 975 000.00 19 $312.6003 8"Slow Off Valve 331260 EA 1 2. 60 000.00 120 000.00 20 3305.0112 Concrete Cotler 330517 EA 1.00 S 000.00 $5,000.00 21 3110.0102 6"-12"Tree Removal 31 10 00 EA 1 1.00 $2,500.00 $2,500.p0 22 3231.0306 IF Gate Steel 32 31 26 EA 1 1.00 $5 000.00 $5,000.00 23 3305.0109 Trench Safety 330510 LF 1 10 1.00 $1.00 $10,581.00 24 33 5.0113 Trench Water Stops 330515 EA 4. $5 000.00 $20,000.00 25 3306.0103 Exploratory Excavation of Existing Utilities 33 05 30 FA 13.001 $2,000.00 $26.000.001 26 3291.0100 To loll 3291 19 CY 6.868.00 $2.50 17146.00 27 3292.0300 Seeding,Mach QdMnA329213 SY Al 148.00 $1.00 1 148.00 28 3304.0002 Cathodly Protection 330412 LS 1.0 75 000.00 75 000.00 29 3125.0101 SWPPP z I Bern, 312500 LS 1.00 $15000 $15,000.00 30 0171.0101 Gonslitiction Stakina 017123 LS 1.0 $40,000.00 31 0171.0102 As•Bu81 Survey .017123 LS 1.00 $20,000.00 20 000.00 32 3305M10 Utility Markers 330526 LS 1.00 10 000.00 10 000.00 33 3471.0001 Traffic Control 34 71 13 MO 6.00 5 000.00 0 000.00 34 3301.0002 Poat-CCTV Inspection 1330131 1 LF 110.581.00 $1.001 $10 581.00 35 9999.0001 ZonstructiOn Allowance 1007200 1 LS I 1.001 4,1*U.UUU.Wl *160,000.56 Bid Suvuna Total Base Bid 1 $7,756,755.00 END OF SECTION CITY OF FORT WORT11 \VESTSIDE JMV/V TRANSMISS WN L"S-MAaRMAI RANCIt PS TO ALEDO RD STANDARD CONSTRUCTION S►ECPCATION DOCUMENTS CITY PROJECT NO.103291.2 Pan Revind20120120 004190 Did hupW Worl4w*dn re 42 43(2) BID PROPOSAL Pap 2 02 UNIT PRICE BID -ADDITIVE ALTERNATES Bidder's Application Pro nt Item Information []MCA Proposal Bidlist Item Bid Value Description Speci6ation Unit or Bid No. S1s:lim No. Measure Quantity U1dI Prim I 3311,0654 24'DIP Water Restrained Joints 33 11 10 LF 213.00 18' 3311.0674 24'Steel AW WA C200 Water Pt Restrained Joints 3311 14 LF 213.00 IC' 3311.0684 24'Concrete AW WA C303 Water Pipe Restrained Joints 33 11 13 LF 213.00 00.00 $85.200.001 2A' 3311.0001 Ductile Iron Water Fifli s w/Restraint 331111 TON 1.00 28' 3311.0011 Steel Fittingis 33 11 14 LS 1.00 2C' 3311.0021 C303 Fittings 11 13 LS 1.00 5,000. S25 000.00 *Contractor to provide nit rice/ id Value for only 33 one of the ptpe materia alternattvcs for Items 1-2 DO NOT PROVIDE UNIT PRICE/BID VALUE FOR EACH ALTERN TIVE 3 3311.0554 16'DIP Water Restrained Joints 33 11 10 LF 348.00 $240.00 $83 520.00 4 3312.3W8 24'Gate Valve w/Veutt 331220 EA 1.00 E50 000.00 50 000.00 5 3312,3006 16'Gate Valve w/Vault 33 12 20 FA 2.00 530 o.00 $60 000.00 6 3305.0112 Concrete Collar 33 0517 FA 3.00 $5 000.00 $15,000.00 7 3305,0109 Trench Safety 330510 LF 561.00 $1.00 561.00 8 3291.0100 Topsoil 32 91 19 CY 519.00 $2.50 51 297.50 9 3292.0300 SeedbV,Mach Drilling 329213 SY 3,117.00 1.00 3117.00 10 3301.0002 Post-CCTV Inspection 330131 LF 561.00 $1.00 s561.00 Did Summsry F Total Additive Alternate Bid j324,256.50 Total Bow Bad+,J.ddlMvc A114rwe Bid aoln,1111.50 The Clty reserves the right to award the contract to the lowest resprnsslble bidder of the Base Bid*the Addible Alternate Bid, or to the lowest rospollsible bidder of the Base Bid ordy. END OF SECTION CITY OF FORT WORTH WFSTSa3E WNN TRANSMISSION MAINS-MARKUM KAMM PS TO ALRDO RD STANDARD ITMSTRIICTRN,5FECLFICA"IV 11 CUMCNTS CRY PROIECr NO.103292.2 r-Revised20120120 404100 Bid P'cp-d WaA6aol h. 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, McKee Utility Contractors, Inc. ,known as "Bidder"herein and Swiss Re Corporate Solutions America Insurance Corporation a corporate surety duly authorized to do business in the State of Texas,known as'Surety"herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City'herein,in the penal sum of five percent(5%)of Bidder's maximum bid price,in lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 15th day of September ,2022. PRINCIPAL: GQIVT,4'�e, McKee Utility Contractors, Inc. 'Yq ;N GQ�CklT� LU: AA = BY: Y; �EAL:- Si na lure ATTES �J�y•O t;•,�`; Witne as to Principal '•,, * ,.•� T Name and Tide oil�i���'� Address: 2319 West Main Street Prague,OR 74864 SURETY: Swiss Re Corporate Solutions America Insurance orporatl n ti BY: VU } L S1 st ra CITY OF FORT WORTH WESTSIDE IIIAVIV TRANSMISSION:4!AINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Forth RvAsed 20171109 00 4105 Bid Proposal Workaoolulm 00 43 13 BID BOND Page 2 of 2 Kristin Lewis Name and Title Address: 2738 E. 51 st St. Suite 400 _ Tulsa, OK 74105-6228 Witness as to Surety , Carla Kroutter Telephone Number: (918)743-8811 Attach Power of Attorney(Surety)for Attorney-in-Fact 'Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH WESTSIDE III/iVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Form Revised 20171109 00 4100 Bid Proposal Workbook.xisx SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION F/K/A NORTH AMERICAN SPECIALTY INSURANCE COMPANY("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION F/K/A WASHINGTONINIERNATIONAL INSURANCE COMPANY("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: JOHN K.DEER,VAUGHN P.GRAHAM,JR.,STEPHEN M.POLEMAN,TRAVIS E.BROWN,DEBORAH L.RAPER,JAMIE BURRIS,SHELL[R.SAMSEL,MARK D.NOWELL, VICKI WILSON,AUSTIN K.GREENHAW,CLAYTON HOWELL,CAREY L.KENNEMER,RANDY D.WEBB,AARON WOOLSEY,GARY LILES, THOMAS PERRAULT and KRISTIN LEWIS JOINTLY or SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWO HUNDRED MILLION($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seat shall be binding upon the Corporation when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." a.,.•..."......, .f soLunoN p..•"oi Url "<.,< `t oRPURdrsy OAFS Ns«, B �� . . .``�4•GORi' R9}fi �5�' Erik Janss ens,Senior Vice President of SRCSAIC&Senior Vice President o A ` uo' S E A L of SRCSPIC&Senior Vice President of WIC •gym %�'Sjr'•Rs/$SC_V@:•t5�a`• w%,¢J'f`•••�o�SSOV�\•� By # o;NS••* 'd ." ;P j •',bjG,a>• Cernid Jagrowski,Vice President of SRCSAIC&Vice President of SRCSPIC 'fNf•afn.fM.N sf•• "' &Vice President of WIC 4xy f"�,1Nf•N IN WTTNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 29TH day of APRIL 2022 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ® Westport Insurance Corporation On this 29TH day of APRIL _ ,20 2�,before me,a Notary Public personally appeared Erik Janssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. p gfctCtar,stAe. - ttwsttJmt.. tta�wfr rwG�,rM.twst.. ra Yasrnin A.Patel,Notary 1,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 1st day c i November ,2022 Jefl�ey Goldberg,Senior Vice President& fissistzntSecretaryofSRCSAIC and SRCSPIC and WIC 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 2 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of OKLAHOMA our principal place of business, are required to be SAME AS TX percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ mot°�xla�,0 Ill"e'-i BIDDER: MCKEE UTILITY CONTRACTORS,INC. e try a �•.y ,� By: Tyler McKee � 2319 W.MAIN STREET t Al PRAGUE,OK 74864 0 Aar�f8S10C8i3�3�c Title: Executive Vice President Date: 9/15/22 END OF SECTION CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Form Revised 20110627 0041 00 Bid Proposal Workbook.xlsx 2014 Oklahoma Statutes Title 61. Public Buildings and Public Works §61-14. Preference to Oklahoma- domiciled contractors. Universal Citation: 61 OK Stat§ 61-14 (2014) To the extent permitted by federal laws and regulations,whenever the State of Oklahoma, or any department, agency or institution thereof or any city,town or county shall let for bid any contract to a contractor for any public works,the contractor domiciled outside the boundaries of Oklahoma shall be required, in order to be successful,to submit a bid the same percent less than the lowest bid submitted by a responsible contractor domiciled in Oldahoma as would be required for such an Oldahoma domiciled contractor to succeed over the bidding contractor domiciled outside Oklahoma on a like contract being let in his I domiciliary state. i Laws 1969, c. 1oo, § 2. Disclaimer:These codes may not be the most recent version.Oldahoma may have more current or accurate information.We make no warranties or guarantees about the accuracy,completeness,or adequacy of the information contained on this site or the information linked to on the state site.Please check official sources. i i I https:/Ilaw.justia.com/codes/oklahoma/2014/titte-61/section-61-14/ 1/1 Y.1 1. 1 1 •• 1 i 1 S \ 1 - 1 1 �1 1! 1 1 1 1 '��� �1 ! I It OFFICE OF THE SECRETARY OF STATE ;�.'� fi; � � ;ivy • . 'j� •� �. �1)j�• '1 CERTIFICATE OF INCORPORATION ' WHEREAS, the Certificate of Incorporation, executed and acknowledged by 4J MCKEE UTILITY CONTRACTORS INC. �? has been filed in the office of the Secretary of State as provided by the laws of the t: ' State of Oklahoma. NOW THEREFORE, I, the undersigned, Secretary of State of the State of �} Oklahoma, by virtue of the powers vested in me by law, do hereby issue this --- F - certiflcate evidencing such filing. IN TESTIMONY WHEREOF, I hereunto set my hand and cause to be affixed the Great Seal of the State of Oklahoma. > fit. �• - Filed in the City of Oklahoma City this 17TH ' day of FEBRUARY , 19�4 ,. ' - F Secr to of to Corporations Section E O Carlos Cascos P.O.Box 13697 �, F Secretary of State Austin,Texas 78711-3697 A(� tin Office of the Secretary of State CERTIFICATE OF FILING OF MCKEE UTILITY CONTRACTORS, INC. File Number: 802179414 The undersigned, as Secretary of State of Texas, hereby certifies that an Application for Registration for the above named Foreign For-Profit Corporation to transact business in this State has been received in this office and has been found to conform to the applicable provisions of law. ACCORDINGLY, the undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law,hereby issues this certificate evidencing the authority of the entity to transact business in this State from and after the effective date shown below for the purpose or purposes set forth in the application under the name of MCKEE UTILITY CONTRACTORS,INC. The issuance of this certificate does not authorize the use of a name in this state in violation of the rights of another under the federal Trademark Act of 1946,the Texas trademark law,the Assumed Business or Professional Name Act,or the common law. Dated: 03/16/2015 Effective: 03/16/2015 x ( Carlos Cascos co Secretary of State Copse visit its on the internet at hap.-lAmv.sac.state.tr.its/ Phone:(512)463-5555 Fax:(512)463-5709 Dial:7-1-1 for Relay Services Prepared by: Lynda Boots TID: 10308 Document:596550790002 04/04/2019 10:24 : 45 AM —0400 IRS PAGE 2 OF 2 Department of the Treasury In reply refer to: 0441711262 Internal Revenue Service Apr 04, 2019 LTR 147C Ogden, UT 84201 73-1443777 MCKEE UTILITY CONTRACTORS INC 2319 W MAIN ST PRAGUE OK 74864-9537 197 Taxpayer Identification Number: 73-1443777 Form(s): Dear Taxpayer: Thank you for your telephone inquiry of April 4th, 2019. Your Employer Identification Number (EIN)is 73-1443777. Please keep this letter in your permanent records. Enter your name and your EIN on all business federal tax forms and on related correspondence. If you have any questions regarding this letter, please call our Customer Service Department at 1-800-829-0115 between the hours of 7:00 AM and 7:00 PM. If you prefer, you may write to us at the address shown at the top of the first page of this letter. When you write, please include a telephone number where you may be reached and the best time to call. Sincerely, Mrs Evans 100368542 Customer Service Representative MINUTES OF SPECIAL MEETING OF DIRECTORS OF McI EE UTILITY CONTRACTORS,INC. The special meeting of the Board of Directors of McKee Utility Contractors, Inc., was held at 2319 W. Main Street, Prague, Oklahoma, on the 3rd day of August, 2020, at 3:00 o'clock PM. The following Directors were present: Shane McKee Tyler McKee being all of the Directors of the corporation. Shane McKee was chosen temporary chairman of the meeting, and Tyler McKee was chosen as temporary secretary of the meeting. The Chairman announced that a quorum of Directors was present and declared the meeting open for the transaction of business. The Chairman stated that the purpose of the meeting was to approve the appointment of the officers of the corporation. After discussion, the following resolution was introduced, seconded and unanimously adopted: RESOLVED,that the following are appointed as the officers of the corporation. Shane McKee President Tyler McKee Executive Vice President William Geiser Vice President of Project Estimating Brad Medlin Vice President of Project Management i Paige Walker Chief Financial Officer Rainey Carter Secretary/Treasurer i There being no further business to be transacted, the meeting, upon motion duly made, seconded and carried, was adjourned. PRESIDENT APPROVED: r S CRETA 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12,PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13,PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31 st day of March 18 in order to be eligible to work on these projects. In order to facilitate the approval of a 19 Bidder's Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements. 21 (1) Classified Balance Sheet 22 (2) Income Statement 23 (3) Statement of Cash Flows 24 (4) Statement of Retained Earnings 25 (5) Notes to the Financial Statements, if any 26 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 27 of Incorporation,Articles of Organization, Certificate of Formation, LLC 28 Regulations, Certificate of Limited Partnership Agreement). 29 c. A completed Bidder Prequalification Application. 30 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32 number visit the Texas Comptroller of Public Accounts online at the 33 following web address www.window.state.tx.us/taxpermit/and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm's e-mail address and fax number. 36 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a. Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH WESTSIDE 111/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Development, 42-inches and MCKEE UTILITY CONTRACTORS, INC. 4/30/2023 smaller iMania- A004 2 Preteefien #REFI The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McKee Utility Contractors, Inc. By: Tyler McKee 2319 W. Main Street 0 (Sig ure) Prague, OK 74864 Title: Executive Vice President Date: 2 END OF SECTION CITY OF FORT WORTH WESTSIDE III/IVNTRANSMISSION MAINS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 09/13/2022 00 41 00 Bid Proposal Workbook.xlsx FORT WORTH SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving,and lighting: Work Category—Water Department Water/sewer Work Category—TPW Paving Work Category—TPW Ped/Rdwy Lighting john.kasavichCaFortWorthTexas.eov Alicia.Garciaofortworthtexas.gov clint.hoover(fortworthtexas..aov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St.Fort Works Dept,8851 Camp Bowie West Blvd. Management Attn: Clint Hoover,P.E.5001 Worth,TX 76102 Fort Worth,Texas 76116 Attn:Alicia Garcia James Ave.Fort Worth,TX76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified(City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater x Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less X Cathodic Protection Water Distribution,Development,8-inch diameter and smaller Water Distribution,Urban and Renewal,8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller X Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV,8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller MAJOR WORK CATEGORIES, CONTINUED CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CCTV,42-inches and smaller CCTV,48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb &gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 0045 13-6 BIDDER PREQUALIFICATI0N APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 0045 13-7 BIDDER PREQUALIFICATI0N APPLICATION Page 7 of 8 14. Equipment $ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH WESTSIDE IH/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.I03292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 00 45 40-1 Business Equity Goal Pagel of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No_25165-10-2021, (replacing Ordinance No. 24534-1 1- 13 2020 (codified at: https://codelibrga.amlegtal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 5% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 27 Prime contractor Waiver documentation. 28 29 SUBMITTAL OF REOUIRED DOCUMENTATION 30 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 31 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 33 business day after the bid opening date, exclusive of the bid opening date. 34 35 The Offeror must submit one or more of the following documents: 36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 38 participation is less than stated goal, or no Business Equity participation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 40 all subcontracting/supplier opportunities; or 41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 42 Protege participation. 43 44 These forms can be found at: 45 Business Equity i Ttili7ation Form and Letter of Intent 46 htlps:Hgpps.fortworthtexas. ova/ProjectResources/ResourcesP/60%20- 47 %20MWBE/NEW%20Business%20Equity%20OrdinanceBusiness%20Equity%20Utilization%20Form. 48 pddf CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised October 27,2021 PROJECT DATE:AUGUST 2022 004540-2 Business Equity Goal Page 2 of 2 1 2 Letter of Intent 3 https://apps.fortworthtexas. ov/ProiectResources/ResourcesP/60 - MWBE/NEW Business Equity 4 Ordinance/Letter of Intent-2021.pdf 5 6 Business Equity Good Faith Effort Form 7 h!Ws:Hgpps.fortworthtexas. oovv/ProiectResources/ResourcesP/60%20- 8 %20MWBE/NEW%20Business%20Equity%200rdinanceBusiness%20Equity%20Good%20Faith%20Ef 9 fort%20FoM .pdf 10 11 Business Equity Prime Contractor Waiver Form 12 https://al)ps.fortworthtexas. o�jectResources/ResourcesP/60%20- 13 %20MWBE/NEW%20Business%20Eq-uiy/o20OrdinanceBusiness%20Equity%20Prime%20Contractor 14 %20Waiver.pdf 15 16 Business Equity Joint Venture Form 17 https://Wps.fortworthtexas. ov/ProjectResources/ResourcesP/60%20- 18 %20MWBE/NEW%20Business%20Equitv%200rdinance/Business%20Equity%20Joint%20Venture.Ddf 19 20 21 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 22 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 23 REJECTED. 24 25 26 FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE 27 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 28 RESPONSIVE,THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 29 AS DESCRIBED IN SEC.20-373 OF THE ORDINANCE. 30 31 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 32 Inclusion at (817) 392-2674. 33 END OF SECTION 34 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised October 27,2021 PROJECT DATE:AUGUST 2022 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 103292-2. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 MCKEE UTILITY CONTRACTORS, INC By: TYLER MCKEE 13 Company (Pleas t 14 15 2319 W. MAIN STREET Signature: 16 Address 18 PRAGUE, OK 74864 Title: EXECUTIVE VICE PRESIDENT 19 City/State/Zip (Please Print) 20 21 22, THE STATE OF OKLAHOMA § 23 24 COUNTY OF LINCOLN § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 Tyler McKee , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of Executive Vice President for•the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 15th day of 33 September 20.22 34 35 36 37 Notary ublic in and for the State of Oklahoma 38 39 END OF SECTION `�` .<<G •Nibry�II 40 = " — No 2fl9RY;'dh9 K Nil l �Y.IiW AND "K 0 FOR < ,•' rtalellll CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 005243-1 Agreement Page I of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 11/8/2022 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and McKee Utility Contractors,Inc. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD CITY PROJECT NO. 103292-2 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current fiends,of Eight Million,Eighty-One Thousand,Eleven Dollars and 00/100 ($ 8,081,01 1.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 325 days after the date when the Contract Time commences to run,as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer fi-om loss of use if the Work is not completed within the time(s)specified in Paragraph 4.1 above.The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Twenty Five Dollars $625.00 for each day that` pares-a a the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. FT.WORTH,TX CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised 11/23/2021 PROJECT DATE:AUGUST 2022 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents(project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and,if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6.INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out oA the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused,in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.I03292-2 Revised 11/23/2021 PROJECT DATE:AUGUST 2022 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers, servants and employees,from and against any and all loss,damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act omission or negligence of the city. Article 7.NHSCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself its partners, Successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 11/23/2021 PROJECT DATE:AUGUST 2022 00 52 43-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor,unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is$100,000 or more,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terns "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City,with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised I M3/2021 PROJECT DATE:AUGUST 2022 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City,Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who' is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor,its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of in connection with, or resulting from the engineering services performed Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 11232021 PROJECT DATE:AUGUST 2022 005243-6 Agreement Page 6 of 6 IN WITNESS WIIEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager• ("Effective Date"). Contractor:McKee Utility Contractors, Inc. City of Fort Worth By: � By: yana Surandofr ) "t/`�— Dana Burghdoff ov 17,2022 16:27 CST) Signatu a Dana Burghdoff Assistant City Manager Tyler McKee NOV 17 2022 .� r . (Printed Name) Date Executive Vice President , Title Attest: ? 2.319 W.Main Street �. Address J nette Goodall,City Secretary Prague,OK 74864 R;``�•..a . City/State/Zip (Seal) ///,3 /Z Z M&C: 22-0886 Date Date: 11/8/2022 Form 1295 No.: 2022-938169 < <'����;1„� �;j Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract including ensuring all performance and reporting requirements. r jr �lAl-1 6 Farida Goderya,P.E. —`— Senior Project Manager,Water Department Approved as to Form and Legality: WA ;jlact,(Mw17,202214:36CS) Douglas W.Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY APPROVAL RECOMMENDED: FT. WORTH, TX Christopher rder(Nov 16,202207:20 CST) Il Chris Harder,Director Water Department CITY OP PORT WORTH WESTSIDE r1I/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised 1112312021 PROJECT DATE:AUGUST 2022 Bond No. 2336809 0061 13-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 d THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, McKee Utility Contractors, Inc, known as 9 "Principal" herein and Swiss Re Corporate Solutions America Insurance Corporation, a corporate 10 surety(sureties, if more than one)duly authorized to do business in the State of Texas, known as I I "Surety"herein (whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as"City" herein,in the penal 13 Sum of, Eight million,eighty-one thousand,eleven dollars&00/100 Dollars 14 ($8,081.011.00__ y__),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the 81h day of November 20__22_,which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to famish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work, including any Change 22 Orders,as provided for in said Contract designated as WESTSIDE III/IV/V TRANSMISSION 23 MAINS -MARKUM RANCH PS TO ALEDO RD,City Project No. 103292-2. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH WESTSIDE 111/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised Adv 1,2011 PROJECT DATE:AUGUST 2022 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 1N WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 1 St day of 6 November , 2022 7 PRINCIPAL: 8 McKee Utility Contractors, Inc. 9 10 11 BY: — 12 0 C 1116100 U Sign 13 ATTEST: •""t" CON rl 001 1 14 _AA LK4,dv``���h••'i'9��15 ..i.� Ts 16 (Principal)Se tars ..�';� Name 8rld Title 18 Y �� Address:2319 West Main Street 19 '� 20 : Prague, K 74864 • 21 in 22 Witness a to Princ pal 23 SURETY: 24 Swiss Re Corporate Solutions America 25 Insur nce Corporation 26 ., ..., 27 BY: 28 ignature 29 30 Kristin Lewis,Attomey-in-Fact_ - 31 Name and Title tea` 32 -- 33 Address: 1200 Main St. _ 34 uite 35 Kansas City, MO 64105-2478 36 _ 37 Witness as to Surety , Tom Perrault Telephone Number: (918)743-8811 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. if 43 Surety's physical address is different from its mailing address,both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 Bond No. 2336809 0061 14-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, McKee Utility Contractors, Inc. known as 9 "Principal" herein, and Swiss Re Corporate Solutions America Insurance Corporation , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as l l "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City"herein, 13 in the penal sum of Eight million, eighty-one thousand,eleven dollars&001100 Dollars 14 (S-8.081.011,00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas,for the payment of which sum well and truly be made,we bind ourselves, 16 our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City,awarded the 19 81h day of November , 20 22 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as WESTSIDE IIUIVN TRANSMISSION MAINS - MARKUM 23 RANCH PS TO ALEDO RD,City Project No. 103292-2. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 ofthe 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH WESTSIDE III/I V/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 006114-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 1 st day of 3 November ,2p 22 4 PRINCIPAL: McKee Utility Contractors, Inc. s4`serraetv�m��+� ATTEST: ;���.•OpQ�••:9C s BY: J;•G �T •:n; Signature nn I'd FA�1' CO (Principal) S re �, Name an Title ��F�z�;•`.�� Address: 2319 West Main Street o••`` * .- e•```�® Prague, O 74864 -aoel slot• Witness as to Principal SURETY: Swiss Re Corporate Solutions America Insurance Corporation ATTEST: BY: V1 - Signature = - _~ _ Kristin Lewis,Attomey in Fact (Surety)SecrAary (Vaughn Graham,Jr.) Name and Title Address: 1200 Main St. Suite 800 Kansas City, MO 641 U5-24 Witness as to Surety , Tom Perrault Telephone Number: (918)743-8811 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I I END OF SECTION 12 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 Bond No. 2336809 0061 19-1 MAINTENANCE BOND Page 1 of 3 t SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we McKee Utility Contractors, Inc, known as 9 "Principal"herein and swiss Re Corporate Solutions America Insurance Corporation a corporate surety to (sureties,if more than one)duly authorized to do business in the State of Texas,known as I I "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, 13 in the Sum of Eight million,eighty-one thousand,eleven dollars&00/100 Dollars 14 ($8.081.011.00 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 8th day of November ,20 22 ,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work'l as provided for in said contract and designated as WESTSIDE III/IVN 25 TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD,City Project No. 103292- 26 2, and 27 28 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans,specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two(2)years 31 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 32 CITY OF FORT WORTH WESTSIDE IH/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDORD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 006119-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the City of the need therefor at any time within the Maintenance 3 Period. 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work,for which timely notice was provided by City,to a completion 7 satisfactory to the City,then this obligation shall become null and void, otherwise to remain in 8 full force and effect. 9 10 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 12 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under this Maintenance bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 17 Worth Division; and 18 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY"OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 1st day of November 3 , 2022 4 5 PRINCIPAL: 6 McKee Utility Contractors, Inc. 7 8 9 BY:_ 10 #'s o• Sigma 11 ATTEST: ;��.� G O IV T�,�•, e n p 13 , • ��vrc,OY�Ok�T6`��O 14 (Principal) Se tary W• SEAL•. n s N and Title 16 --Address:2319 West Main Street 17 : �V*4 kLAHO�?:P'• o Prague, 4864 18 ��••••••• *• ,e`c`�� 19 °azeoeeea�e 20 Witness A to Prin ipal 21 SURETY: 22 Swiss Re Corporate Solutions Am 23 Insurynce Corpor4tlon � 24 25 BY: 26 lgnature - `i"" ✓` 27 28 Kristin Lewis,Adomey-in-Facf_ 29 ATTE T Name and Title 30 31 Address: 1200 Main St. 32 (Surety)Secfetary ,Vaughn Graham, Jr. ulte 33 Kansas City, MO 64105-2478 34 _ __- 35 Witness as to-Surety , Torn Perrault Telephone Number. 918-743-8811 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address,both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 � STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/L"iJ I � ��� ��� � ^^ ^��^�^ ~^^^� ~'^�^�^��^^ ^�� �~~'^���^"^~'��^� ��^ "^�"� CONSTRUCTION CONTRACT ~'~^�"��"`�^�~�^^~^�" ��~^�" �/^�^��^ TABLE OF CONTENTS Page Article | —Definitions and Terminology .......................................................................................................... | 1.01 Defined Terms...............................................................................................................................| 1.02 Terminology ----------------------.---'------.--.-------.6 Article2—Preliminary Matters.........................................................................................................................7 2-01 Copies of[)ocuonoutx....................................................................................................................7 202 of(�ououo�Tboo' Notice 7 � _-___----__-- ` ---------------------� 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction ........................................................................................................8 2.05 Preoouutnuctiou Conference..........................................................................................................8 2.06 Public Meeting ------------'----'----'—.------'----_—.8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract 7)ocooncut : Intent, Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards---------------------------------------.9 3.03Reporting and Resolving -----'--'--------'—.-------4 3.04 Amending and Supplementing Contract Documents.................................................................|0 3.05 Reuse of Documents -------------------------------------.— |U 3.06 Electronic Data............................................................................................................................ |l Article 4—AvuilabIty of Lands; Subsurface and Physical Conditions; fluoor(ous Environmental Conditions; Reference Points........................................................................................................... ll 4`01 Availability of Lands ..................................................................................................................ll 4.02 Subsurface and Physical Conditions ------------------------------l2 4.03 Differing Subsurface ur Physical Conditions -------------------------'12 4.04 Underground PuoI1ieu -----------------.--'—.------'—.--.--'l3 4.05 Reference Points --.-------------------------------------..l4 4`06 l[uzur(�nz Environmental Condition ut Site.............................................................................. l4 Article 5—Bouda and Iuunruuco ---------------------------------------16 5.01 Licensed Sureties and Insurers --------------------------------- l6 5.02 Performance,Payment,and Maintenance Bonds....................................................................... |h 5.03 Certificates of Insurance.............................................................................................................lh 5.04 Contractor's Insurance................................................................................................................ |8 5.05 Acceptance of Bonds and Insurance;Option to Replace...........................................................l9 Article b—Coutructor`x Responsibilities ----------------------------------.. 14 6.01 Super-visio and Superintendence-------'--'—'--------------_- 19 CITY oF FORT nmmm STANDARD CONSTRUCTION msc/r/cATmm nucomoENTx 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment ...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties ...........................................................................................................26 6.09 P ermits and Utilitie s....................................................................................................................27 6.10 Laws and Regulations .................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification .........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site ...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests,and Approvals ..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction ...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site ................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/?Ml Article |0 —Changes 'in the Work; Claims; Extra Work................................................................................38 10i01Authocized Changes iu the Work...............................................................................................3Q 10i02 Unauthorized Changesio the Work...........................................................................................34 |{\03 Execution of Change Orders.......................................................................................................39 |[iO4 Extra Work..................................................................................................................................3A 10.05 Notification to Surety..................................................................................................................34 l(l0h Contract Claims Process.............................................................................................................40 Article l) —Cost of the Work; Allowances; Unit Price Work; Plans Quantity MouSurcmcoL-------4) |i0l Cost of the Work.........................................................................................................................4| \[02 Allowances..................................................................................................................................43 1[03l]uit Price Work..........................................................................................................................44 11.04Plana Quantity Measurement--------.----'----..-----.~--.--'45 Article l2 —Change of Contract Price; Change of Contract Time.................................................................4h 12.01 Change of Contract Price............................................................................................................4h 12.02 Change of Contract Time............................................................................................................47 }2`03 Delays..........................................................................................................................................47 Article l3 —Tests and Inspections; [�oux)�o�oc/lcc ofI�cf�ct���Vo/� 48 --r------' Correction, -r---- ------- l3.0| Notice of Defects --------------'-----------------------40 13.02 Access to Work....................................... ....................—''.—'----'----'----''4@ 13.03 Tests and Inspections ..................................................................................................................4@ 1I04Uncovering Work........................................................................................................................44 13.05 City May Stop the Work.............................................................................................................44 13.06 Correction or Removal of Defective Work................................................................................50 1I07Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................5| Article l4 —Payments 10 Contractor and Completion ---------------------------..52 14.01 Schedule of Values......................................................................................................................52 14`02 Progress Payments—.-----------.—'-----.--'—.--------'---52 14.03 Contractor's Warranty of Title ---------------------------------54 14.04 Partial Utilization --.-------------------------------------'55 14`05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Po}nocuL--------------.--------------------------..5b 14.08 Completion [)c�vcdand Pud�) i lloleooc------------------..56 14`09 Waiver of Claims ........................................................................................................................57 Article 15 — Suspensionof Work and Termination ........................................................................................57 15.01 City May Suspend Wodc-----'--------'----'------'----'--.57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................h0 Article 16 —Di Resolution ------------------------------------.--6\ 16.01 Methods and Procedures.............................................................................................................6| CITY oF FORT WORTH STANDARD CONSTRUCTION mnc/r/cAnow ooconucwrm Articlel7 —Miscellaneous ..............................................................................................................................h2 )7.0) Giving Notice..............................................................................................................................h2 17.02 Computation ofTiocu ................................................................................................................h2 l7.03 Cumulative Remedies.................................................................................................................h2 l7.04 Survival of —.--.--.----------------------.—'—.''K] 17'05 Headings------'----'-----------'--'-----------'—'—h3 CITY op FORT WORTH STANDARD cmNSmocnnx mo /nnAnnm nocuwnwru 007200-1 GENERAL CONDITION S Page 1 of 63 ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Whereverused in these General Conditions or in other Contract Documents,the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requiremen ts—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day— A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. CalendarDay—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23/2021 00 72 00-l GENERAL CONDITION S Page 2 of 63 12. Change Order—A document,which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney— The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council- The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager— The officially appointed and authorized City Manager of the City of Fort Worth, Texas,or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2MI 00 72 00-1 GENERAL CON ITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance— The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 00 72 00-I GENERAL CONDITION S Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste,Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Pro ceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23/?A21 007200-1 GENERAL CONDITION S Page 5 of 63 50. Project Schedule—A schedule,prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours —Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thm Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule,prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems,standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached,may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8131 I 007200-1 GENERAL CONDIT IONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer,fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms orAdjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:923=1 007200-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement,unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/L3/ I 007200-1 GENERAL CONDITION S Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof)to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8,23/2021 007200-1 GENERAL CONDITION S Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws,and Regulations 1. Reference to standards,specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents,or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:80=1 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823=1 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are fiimished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:9231 I 007200-1 GENERAL CONDITION S Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data"on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23MI 007200-I GENERAL CONDITION S Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respectto existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orindicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data"is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 007200-1 GENERAL CONDITION S Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or(ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe,or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses,and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created byContractororbyanyoneforwhom Contractor isresponsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23/202I 00 72 00-1 GENERAL CONDIT10N S Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Suretiesandlnsurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment,andMaintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety,both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:9�23a21 007200-1 GENERAL CONDITION S Page 17 of 63 2. The Contractor's general liability insurance shall include a, `bier project" or `per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required Tines of coverage,nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823./ I 007200-1 GENERAL CONDITION S Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract.Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act(Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:923/2021 007200-1 GENERAL CONDITION S Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bondsandlnsurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days afterreceipt of the certificates(or other evidence requested).Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request.If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23/2021 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services,materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 007200-1 GENERAL CONDITION S Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected,protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance,and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an"or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:03l2021 007200-1 GENERAL CONDITION S Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23/2021 007200-1 GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair, and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means,method,technique,sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13.City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal" City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee,warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by themfrom and against any and all claims, damages, losses and expenses(including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents(or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 007200-1 GENERAL CON ITIONS Page 24 of 63 G. City Substitute Reimbursement:Costs(savings or charges)attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon requestby City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:923=1 007200-1 GENERAL CONDITION S Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:80=1 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes)if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreementbefore the 15th day afterthe date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a parry in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process,product, or device is specked in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn ijy and hold harmless City,from and against all claims, costs, losses,and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance ofthe Work or resultingfrom CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 007200-I GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device notspecified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary,in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermits and licenses.City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes,the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers,architects,attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:92=1 007200-1 GENERAL CONDITION S Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended),the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http✓/www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders,Field Orders,and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CONDITION S Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part,by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 007200-1 GENERAL CONDITION S Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Datashown on the Submittals will be complete with respectto quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:K32021 00 72 00-I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuingthe Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23DMI 007200-I GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,the City,its officers, servants and employees,from and against any and all claims arising out of, or alleged to arise out o� the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND H EFFFCTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME,OF THE DAMAGES BEING SOUGHT WERE CAITSFD-IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include,without limitation, indemnity for costs,expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. C o ntracto r covenants and agrees to indemnify and hold harmless,at its own expense,the City, its officers, servants and employees,from and against any and all loss,damage or destruction of property of the City, arising out of or alleged to arise out of the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:R23=1 007200-I GENERAL CONDITION S Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS Ai. YG .D OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOITGHT WERE CAUSED. IN WHOLE, OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carryout Contractor's responsibilities for construction means,methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuantto this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/3/2021 007200-1 GENERAL CONDITION S Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors,or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:K3/2021 007200-1 GENERAL CONDITION S Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23/2021 007200-I GENERAL CONDITION S Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City Shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means,methods, techniques, sequences,or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Proj ec t Man ager City will provide one or more Project Manager(s) during the construction period The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general,if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8Q3d I 007200-1 GENERAL CONDITION S Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 00 72 00-1 GENERAL CONDITION S Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance,the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23/2021 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823J I 00 72 00-1 GENERAL CONDITION S Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0I.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/L3/2021 00 72 00-1 GENERAL CONDITION S Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants)employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers,which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23MI 007200-1 GENERAL CONDITION S Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/23MI 007200-1 GENERAL CONDITION S Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance:Contractor agrees that a contingency allowance,if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered 'incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/2MI 007200-I GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures"for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made.Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order,or to correctan error,or to correctanerror on the plans,the plans quantity will be increasedor decreased by the amount involved in the change, and the 25%variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CONDITION S Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work(determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8232021 007200-1 GENERAL CONDITION S Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%)of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent(5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys,and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82'i2 I 007200-1 GENERAL CONDITION S Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests,retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests,or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8,23/2 I 007200-1 GENERALCONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request,shall uncover,expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys,and other professionals and all court or other dispute resolution costs)arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others);or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents,City may order Contractor to stop the Work,or any portion thereof,until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82'i/ I 007200-1 GENERAL CONDITION S Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction orRemoval of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule,whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects,attorneys, and other professionals and all court or other dispute resolution costs)arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects,attorneys, and other professionals and all court or other dispute resolution costs)attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance,a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/LVZ 21 00 72 00-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for hump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment,each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&23/2021 007200-1 GENERAL CONDITION S Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work,and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,the results of any subsequent tests called for in the Contract Documents,a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CON ITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment,whether incorporated in the Project or not,will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:K3=1 007200-1 GENERAL CONDITION S Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days,City will schedule a Final Inspection with Contractor. 2. City,will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82M1 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. ApplicationforPayment: 1. Upon Final Acceptance,and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract,make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Revision:823 I 007200-1 GENERAL CONDITION S Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release,all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilit ie s under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause,City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&2'i/ I 007200-1 GENERAL CONDITION S Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:K3=1 00 72 00-I GENERAL CONDITION S Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs,losses and damages exceed such unpaid balance,Contractor shall pay the difference to City. Such claims, costs,losses and damages incurred by City will be incorporated in a Change Order,provided that when exercising any rights or remedies under this Paragraph,City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof,may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue.Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82vZQ21 007200-1 GENERAL CONDITION S Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract.Any termination shall be effectedby mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823MI 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter,the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or,if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case,Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2021 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:&Q-V2021 007200-I GENERAL CONDITION S Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:823/2(12I 0073 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions,unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.L,"Availability of Lands" The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of August 15,2022: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Temporary Access Easement City of Fort Worth September 2022 Temporary Construction Easement City of Fort Worth September 2022 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 0073 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 The Contractor understands that the 25' Permanent Water Facility Easements shown for the stubout locations on the Westside IV and Westside V lines are dependent on the decision of the developer approval (Walsh Ranches Limited Partnership or designee). If the decision is made to install the 16" and 24"stubouts,the City will provide the recorded permanent easement documents. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2,"Availability of Lands" Utilities or obstructions to be removed,adjusted,and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted,and/or relocated as of August 15,2022: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, and do not bind the City. SC-4.02A.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report,Report No. 103-21-407-1,dated January 21,2022,prepared by CMJ Engineering, a sub-consultant of Kimley-Horn,a consultant of the City,providing additional information on geotechnical conditions. An Aquatic Resources Delineation Report and Nationwide Permit 58 Memo,dated November 16,2021, prepared by Kimley-Horn,a consultant of the City,providing additional information on wetlands,special aquatic sites,and other waters within the project area. The following are drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site of the Work: None SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A.,"Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers,directors,agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates,Inc. (3) Other: None CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 0073 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 SC-5.04A.,"Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A.Workers'Compensation,under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy limit Include waiver of subrogation to Walsh Ranches Limited Partnership. SC-5.04B.,"Contractor's Insurance" 5.04B.Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of: $2,000,000 each occurrence $5,000,000 aggregate/umbrella limit The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. The easement Grantor,Walsh Ranches Limited Partnership,shall be listed as an additional insured party on each policy.Contractor shall read the recorded easement document to verify all insurance requirements are achieved. The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C.,"Contractor's Insurance" 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", defined as autos owned,hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident/ $100,000 Property Damage SC-5.04D.,"Contractor's Insurance" The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and material deliveries to cross railroad properties and tracks. None CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 0073 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or companies involved,and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts,issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy,or touch railroad property: (1) General Aggregate: $4,000,000 (2) Each Occurrence: $2,000,000 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements,the following shall govern: 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required 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 or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named,as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured,together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04.,"Project Schedule" Project schedule shall be tier Tier 3 for the project. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 0073 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates A copy of the table is also available by accessing the City's website at: https:Happs.fortworthtexas.2ov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00—General Conditions SC-6.09.,"Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Tarrant County Temporary Driveway Permit 2 weeks prior to mobilization (See Appendix) BKV/Barnett Gathering,LLC Contractor Agreement 2 weeks prior to mobilization (See Appendix) SC-6.09B."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: OWNER PERMIT OR LICENSE AND LOCATION DATE OF POSSESSION Texas Historical Commission Antiquities Permit 05/2022 Tarrant County Floodplain Permit 05/2022 BKV Corporation Letter of No Objection at Saltwater Line 05/2022 Crossings BKV/Barnett Gathering,LLC Letter of No Objection at Gas Crossings 08/2022 SC-6.09C."Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired,if any as of August 5, 2022: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION none SC-7.02.,"Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authority Westside III—Phase 2—42-Inch 42-Inch Water Main City Water Main Construction f] CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 0073 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 Westside III—24-Inch Water Main 24-Inch Water Main City (Teague Nall&Perkins,Inc. Construction Mark-urn Ranch Pump Station Pump Station Construction City Westside V—36-Inch Water Main 36-Inch Water Main City Half Construction Westside IV—Phase 2—36-Inch 36-Inch Water Main City Water Main Construction Walnut Creek Sewer Interceptor 27-Inch Sewer Main City Construction SC-8.01,"Communications to Contractor" None SC-9.01.,"City's Project Manager" The City's Project Manager for this Contract is Farida Goderya,Ph.D.,P.E.,or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C.,"Tests and Inspections" None SC-16.01C.1,"Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 01 1100-1 SUMMARY OF WORK Page 1 of 3 SECTION 01 1100 SUMMARY OF WORK PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor,materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys,or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools,materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission,neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 0125 00-1 SUBSTITUTION PROCEDURES Page l of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution- General 1. Within 30 days after award of Contract(unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers,provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 25 00-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 25 00-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 31 19- 1 PRECONSTRUCTION MEETING Page 1 of 3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 17,2012 PROJECT DATE:AUGUST 2022 01 3I I9-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 17,2012 PROJECT DATE:AUGUST 2022 OI 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 17,20I2 PROJECT DATE:AUGUST 2022 01 31 20-1 PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified,periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement,but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 013120-2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication,delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 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 practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE 111/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal,updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the lift of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor(Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative(Project Scheduler)responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work,the Contractor will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method(CPM)based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a"tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project(design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies"start"and"finish"milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the"start"and"finish"dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,202I PROJECT DATE:AUGUST 2022 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 4. The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail(generally Level 3) and in alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City,updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a"baseline"schedule and issue monthly updates to the City Project Manager(end of each month) as a"progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the"Baseline"schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule,the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 01 32 16.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the"Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable,the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notification. An example of a Progress Schedule is provided in Specification 01 32 16.2 Construction Project Schedule Progress Example. D. City Standard Schedule Requirements The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. CITY OF FORT WORTH WESTSIDE 111/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework- The schedule will be based on the defined scope of work and follow the(Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline(if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name_Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number—Project Name_PN_YYYY-MM Example: 101376_North Montgomery Street HMAC_PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation •Neighborhood Streets • Sidewalks (later) • Quiet Zones(later) • Street Lights(later) • Intersection Improvements (later) •Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORTH WESTSIDE 11I/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays(New Years,Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor w ill establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. H. WBS &Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure(WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City's WBS structure and respective project type template for"Construction"as shown in Section 1.4.1-1 below. Additional activities may be added to Levels 1 -4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution"that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. I. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start"and"project finish"milestones. The activity duration is based on the physical amount of work to be performed for the stated activity,with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days,break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. J. Change Orders When a Change Order is issued by the City,the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH WESTSIDE III/1VN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August I3,202I PROJECT DATE:AUGUST 2022 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below.Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed,unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design(30%) XXXXXX.30.30 Preliminary Design(60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXOO-X.30.60 Permits XXXXXX.30.60.10 Permits-Identification XXXXXX.30.60.20 Permits-Review/Approve XXXXXX.40 ROW&Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities(i.e.,important events on a project that mark critical points in time)are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH WESTSIDE IU4VN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed-Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities,ROW, Traffic,Parks, Storm Water, Water& Sewer 3150 Peer Review Meeting/Design Review meeting(technical) 3160 Conduct Design Public Meeting#1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities,ROW, Traffic, Parks, Storm Water,Water& Sewer 3250 Conduct Design Public Meeting#2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities,ROW, Traffic, Parks, Storm Water, Water& Sewer 3330 Conduct Design Public Meeting#3 (if required) 3360 Final Design Complete ROW&Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting#4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.4 SUBMITTALS A. Schedule Submittal&Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format(.xer,.xml,.mpx)and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes,the schedule information must be submitted in.xls or.xlsx format in compliance with the sample layout(See Specification 01 32 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial&Baseline Schedule The Contractor w ill develop their schedule for their scope of work and submit their initial schedule in electronic form(in the file formats noted above),in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule,including format& WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing(within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor w ill update and issue their project schedule(Progress Schedule)by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete,the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. •Baseline Start date • Baseline Finish Date • % Complete • Float •Activity Logic(dependencies) • Critical Path •Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 B. Monthly Construction Status Report The Contractor submits a written status report(referred to as a progress narrative) at the monthly progress meeting(if monthly meetings are held)or at the end of each month to accompany the Progress Schedule submittal,using the standard format provided in Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.9 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] 1.12 ATTACHMENTS Spec 01 32 16.1 Construction Project Schedule Baseline Example Spec 0132 16.2 Construction Project Schedule Progress Example Spec 01 32 16.3 Construction Project Schedule Progress Narrative CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 13,2021 PROJECT DATE:AUGUST 2022 01 32 16-10 CONSTRUCTION PROGRESS SCHEDULE Page]0 of 10 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. CITY OF FORT WORTH WESTSIDE I11"N TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 13,202I PROJECT DATE:AUGUST 2022 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 1 of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE—BASELINE EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 0132 16 Construction Schedule for details and requirements regarding the 9 Contractor's project schedule. 10 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 40 41 42 43 44 45 46 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [insert Project Number] Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 ---------------------+---------a--------'--F----------}------------------•-----------t----------i-------------------+---------t---------- ---------- t--- ao � i i 4) O Qi ' CN !p ------- i_.-------S...._................----------1...........---------- -------------- ---------a_•_•-_-_•_a_•_ t i i i i i i i i I 0 -------- F----•---t-------i-- h- 4 -------1---- 1 '-'- '1 - i- -'i-- -t....' -1 - - 1-- a i ; - i t: ---------- I fi_.._ ..-.}....---'--i---------i-.._.__ ..._i---'----•t-- ---t------•ii--- a ------------......... i . t - -- ----•-- ---------t-- i i r i Yn u � 0 � Q,n o � 4 O � 4 4 O 4.O QI��4,�:'v4 ^•1` � 4 4 4 KS 4 � � ry F h•f- � 1 W O i5 V ♦ t_ _ V.V. {OJ(yJJ a .4 d O � �tCyy� p •'�' /O MNN q d r 44p r�} M b ,pFp otlQ I y. y�� � N A V � K, F d AyOJ e4y c CI CI tl Ua 47 4 pp QQ�pp�pp ppqqpp �'w W O O N I+tli y V O N Mtli �$O G O N fJ N N N NCO 0 0 O x tl tl tl tl O tl n n M n'n n n n n n non n n non n n PC O• O m tl d tl P O O_ O tl r A'.Vii O O.O O O tl tl O tl O O_ tl b tl O�OO O_ O O V O O 6 s) 0 4 4 pptp O IQ Q 4 F p p O o�O O Q O O O O O O p 0 0 0 0 O O 4/ Y w 4 4 w t � �w � i ,�vr�' •�I �QY {� D 1� r Y O N n d ' o O" p tl QQtl tl tl .o • o 0 0 0 0 o tl o b ono 00 _oo rtpp �poi_pc po 0 0 0 0 o Jo "a a N X N on O O i0 lv I W J'1 p14 •- •- N N f:o o " "?b "in oY^ n o o n n 0 �jN 'a IM •I/i,.J T[ Lb W at � 7 a e ,g c > b C Y al n 3 n 111 II c cI I r y r 0 °o o 8i � ic 9 F Y 'G r a F S P ff wtj3 w � i' ++ w a�!m,A - E I6 a -F 8 o n :O n: a F'� �`« o ^� ro 10 ** >. g Q sJ a c 3 u i$ '�' i6 q r3 n , 9 B w B atrja y E ra _ i bye og o O d o o.o o'o o w o 0 o Ja tl o tl o o'o o E p CO ¢ iS .�� 'An �n,�� 'g � � oN n �tl C ne- ow �o,JryAj' N t.. p bbyywnnnir �fn � nnnnnn •iirii a d' () m Ji 1 0 N n f E i d T d al L bi N.A O O o N. 0 JD JJI M M 1 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 3 of 5 ------'----------+---------a----------4--------------------a----------+---------i---------------------+,----------;-----------!•--------.+...... fV C z i c c i I I I i i I i i N f0V10 ......' --------i------ ...............................,--------------------------- '-----------J--------41....... ........... (L i Mel i (L I i C I I ; I -- ---.---- .. .'-•--•--.. — -dry' :............-•--- . - -- - ------- -- - a� i 7e ¢ i1,0 G 'w ,�(i 'w•,'[, u] u'�i3O O [i,o G u,ca cop [] O'O 00 O u1 [i ,:.1 c]'[a O,O C.0 Ld 4 O Epp! 01 M Il 17� i �� II.O - M M .+1 M I'�9 M �O Ny4 h I'AtWN V c] N O 40 N ' yi '� A tl tl O EO Ntl N OI rr '' rl n � r h tl antlon e0/Ntl0ni! nntloa'QC- nr�MtlLN^1�� Go I i4cer. HW ' 1 onnna n-n no V40 Mje0 P M W O tl p,_O,4 tltl 4 tl OP.'CG Q a/M N s b b t �v 1�I. .tit a••1 s. S r �'I n� d Y d O'Y Y' O Y z Q o `a. .Q z Yo o ��i'T 4 TI 7 7 + o O 7 p O bnab W vi b'rib rinaa �bdnr ^ S'J� � n tln •n e: R a- . ► O �- ^ N N N N 4 ry N N Nf r N D O'N,4 1? O+ r N 0 0 ^ 40 tl O tl tl ,O a�' '�!A tlm.W prtl _tl P G tr ^p pP_:GP. tl�tl?G A G a P P ' a tr bI. U ^ O O O N N I I O.O O:O !4'1 N O O N N •+I IV N 4'N 4 4' - P oft S T, T gg4q �� Q S .4 4: �+��,Qgypj� �� ;r n � � Q 7 n n � � � 7 � o 'S w � R � n •- f f ; N � NLON � 4 N O � �- O;O,O O O O � O •O � NMN � • , d N Alit $je�rX od tl Zy n N r+,m' p a �'� b a r � `� � r 4 ►R � m r, � � f-a 7 CL I V m it E a n c • fl � 'Y I 9g LY Ise} n eNn V E £ �} > 4 •j • � °' � p�U � PO +' g r U 'F o b V c C ■ 4. tf0 • ¢ I'a Q o gv a � S '��� a , � � St 3p�9e g} off' E tl tl M i U o o Oiwlo w o e0i.n o h 4 n o w o o N o r�'•�+ 'i;�IN+N N �i n m n n i'in n nn n n 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [insert Project Number] Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 - ------------ co a C.4 ' ! O O CD N ..........._. tl � t 4 r c+ n 7 n n Q dl y py �r/M N A N /i1 P PC /� P O O1 O1 7 QQ W N H N O ,iy Q/ a0 W IL C yC N � C yE1 � � O F V V a 3 � ¢ a c tQ H u :e ` ?r ro E d ' g' 9 � ed � U � o0000 n n � n•.o 1 m 1 CITY OF FORT WORTH [insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13,2021 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINEEXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue May 7,2021 M Owen Revised name due to revising the schedule specification 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 4 1 SECTION 0132 16.2 2 CONSTRUCTION SCHEDULE —PROGRESS EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 0132 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13,2021 01 3216.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 4 .- .-i i i i Wrt - - -- - - -.-.....:....................•-=----------------•-.-..-----------------;--------------•-•-- ----- ------- ---•--••---;.. dd a t ............L_.......1..._.....L.._. ..........J................._.1.......J...........L___------..........L..........L...................._- a i. ; a _. a N 10,0 O 0,0'*'k0, N N•N N N,N N-H•H N N,N N.N•N IV.N,N N N,N N 'N N N•N 0 a w a'o fl Moo N H N O ^ N S;1 (V N {y N N N N H �nj H N H H N MN N N H H•N t (� a0 •. O b b 0 0 0 CO pp pp.pp pp_ 4 app1 o p N 4 p 4p O b poohp tl O Qp.p 4p O4 pp B.b b O p O O� p b $ � 0 ^� — O c'l'C Gf C'e7 N N'N •0`1 H ry N N N N � N r+ N�I H N N IOH H N „ V r O 0 0 0 0 O-0 0 0 0 N /+ c � pm u u tl_u p 4 n. q p ma pm m pmp'O tl tl pu_p o_ pu_ u �p tl m u ' u_ tl q-pm b e u 'b.p Sb y SSSb' �Vy: m �� N r u N N 4 �• 'r N N N mw �ato /�� 0 tl tl¢_� tl tl,aO m tl tl m m'tl m,W a• W u tl m tl b,4 tl tl _N tl b b•b _O b _o Q V: p p p p p p p o p o o o p p p p p pPC N t/.t p x xxx. xxxx x xxxr. xr. xxx" r. x"r. xxx xxxx �ex. xx �� G 00 0 0o r� � a y L cv 0 a.ja am YI �o ^ � ,wro � nN , adtg aeor0oo I n { ►y p �0 o O �. n r n•10 10 p y� n n pp pp o o'-p V m ( 1 P ♦ ��P1 • I--LN�{ _ I I � N ♦ H F. � O 4�1 C P ! A a i f V V 01 Ch W U $ c o ao $ 8 } }mot n �T ^may V 2 o o4 $ p3g �Enp's�'. 4i �$ � � >i o R �i m d 4 ory0ry 000 5� i '�+ 5� S� 5� 5� $1 �n!ni+rnwis ninni� 13;ft r"3 Q cc U a �- F- -J u 1 CITY OF FORT WORTH [insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13,2021 01 3216.2 CONSTRUCTION PROGRESS SCHEDULE-PROGRESS EXAMPLE Page 3 of 4 -•--......-.:-..--•--•T----------=-------- ------------=----------------_'S.._---•--'1-'"-...--;-•----•--- •--•--T"'-•-------.........1•'• L+al N - i i -�j w _..__. ___-_-._ _--.__._ -_-_-_._1-.--.-_-._;-_.-__._.!-.._.._......_.._.... -------- i i i i fVi7 ' ._..._l.-•-------.-.._-1------------------------"......---_.._.� _�.. _J._. ..-- ......... e C .•__.__. ................... ......... ...... .._..__ _.__.-_ ......—----------- _.._•___..._______. ..._____.... nJ N a11,N N N,N N N,N m,C4 N N N•CY" 4%'N N N,N N N, N N,N N N,N N•r4 vt N,[( N N,N N N'N O . a w O O W m.m IL q A P m'4 m m E 1O_Z A O.q e! OI.4 n M q N T ^ T.01 r R c o n n R n c N c_ } - !a !a R n - R' N O p iD O O O O �.. .,O O m O 4 i'��O O�O, O�_Q W 4 O Q O.Q. O� C1 01 W O� tl� �• gym„ OO n40 �i gi Fri r o a -R R o 0 0 0 a c o H o n o. Fri �i tO a a _ � W n •� !po_o m Dom o 0� °°'Cuff' m m a� po o'er pi peps rna m a pryGrn pm a gip,' 0V/ na 454 4 4 s fi R g 4� T N OI T;= T a �• di O Vf H N, 1`! N t. t aa � s _ •a C o � . - . • x- xxxox oxxx. r..x -xxxxx. x xxxxxx x .. x xx-x xrR i a•O,r 0 00000 000000 000000 000000 0 0. o00 00 a yyY� 1-4 -� �.•p M q ��b �iF1 �p N o o :Y1 �.R 2 %.0 ei 9 L (`I rFFr+•��11 a. � a rer !J J V V U ♦ ♦ > G IC to U $ S,pg 3 g 5g�•e b'9 R ..9 rye+ Q o $ o R sr? 1 :3� '.� � 91 "�3'2 �'S.A .;'� a a S U omogo 7 D mo .mnmma. n I I ' 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTTON SPECIFICATTON DOCUMENTS [Insert Project Number] Revised August 13,2021 01 3216.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUNBIARY OF CHANGE July 20,2018 M.Jarrell Initial Issue May 7,2021 M Owen Revised name due to revising the schedule specification 6 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13,2021 0132 16.3 —PROGRESS NARRATWE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) S. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth,Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 01 32 33-1 PRECONSTRUCTION VIDEO Page l of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 32 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 33 00-1 SUBMITTALS Pagel of 8 SECTION 0133 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work- related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare,prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal(if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 33 00-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements,field construction criteria,materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 33 00-3 SUBMITTALS Page 3 of 8 3. Contractor identification 4. The names of. a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications I. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include,but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 33 00-4 SUBMITTALS Page 4 of 8 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 013300-5 SUBMITTALS Page 5 of 8 a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 013300-6 SUBMITTALS Page 6 of 8 a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. 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 method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved"until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications,submit a P.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with"RFI" followed by series number, "-xxx", beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 013300-8 SUBMITTALS Page 8 of 8 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 J. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 —General Requirements 22 3. Section 33 12 25—Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation(TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage-type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company(example: ONCOR) CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 D. Use of Explosives, Drop Weight, Etc. 17 1. When Contract Documents permit on the project the following will apply: 18 a. Public Notification 19 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 20 prior to commencing. 21 2) Minimum 24 hour public notification in accordance with Section 01 31 13 22 E. Water Department Coordination 23 1. During the construction of this project, it will be necessary to deactivate, for a 24 period of time, existing lines. The Contractor shall be required to coordinate with 25 the Water Department to determine the best times for deactivating and activating 26 those lines. 27 2. Coordinate any event that will require connecting to or the operation of an existing 28 City water line system with the City's representative. 29 a. Coordination shall be in accordance with Section 33 12 25. 30 b. If needed, obtain a hydrant water meter from the Water Department for use 31 during the life of named project. 32 c. In the event that a water valve on an existing live system be turned off and on 33 to accommodate the construction of the project is required, coordinate this 34 activity through the appropriate City representative. 35 1) Do not operate water line valves of existing water system. 36 a) Failure to comply will render the Contractor in violation of Texas Penal 37 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 38 will be prosecuted to the full extent of the law. 39 b) In addition, the Contractor will assume all liabilities and 40 responsibilities as a result of these actions. 41 F. Public Notification Prior to Beginning Construction 42 1. Prior to beginning construction on any block in the project, on a block by block 43 basis,prepare and deliver a notice or flyer of the pending construction to the front 44 door of each residence or business that will be impacted by construction. The notice 45 shall be prepared as follows: 46 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 47 beginning any construction activity on each block in the project area. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1) Prepare flyer on the Contractor's letterhead and include the following 2 information: 3 a) Name of Project 4 b) City Project No (CPN) 5 c) Scope of Project(i.e. type of construction activity) 6 d) Actual construction duration within the block 7 e) Name of the contractor's foreman and phone number 8 0 Name of the City's inspector and phone number 9 g) City's after-hours phone number 10 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 11 A. 12 3) City of Fort Worth Door Hangers will be provided to the Contractor for 13 distribution with their notice. 14 4) Submit schedule showing the construction start and finish time for each 15 block of the project to the inspector. 16 5) Deliver flyer to the City Inspector for review prior to distribution. 17 b. No construction will be allowed to begin on any block until the flyer and door 18 hangers are delivered to all residents of the block. 19 G. Public Notification of Temporary Water Service Interruption during Construction 20 1. In the event it becomes necessary to temporarily shut down water service to 21 residents or businesses during construction,prepare and deliver a notice or flyer of 22 the pending interruption to the front door of each affected resident. 23 2. Prepared notice as follows: 24 a. The notification or flyer shall be posted 24 hours prior to the temporary 25 interruption. 26 b. Prepare flyer on the contractor's letterhead and include the following 27 information: 28 1) Name of the project 29 2) City Project Number 30 3) Date of the interruption of service 31 4) Period the interruption will take place 32 5) Name of the contractor's foreman and phone number 33 6) Name of the City's inspector and phone number 34 c. A sample of the temporary water service interruption notification is attached as 35 Exhibit B. 36 d. Deliver a copy of the temporary interruption notification to the City inspector 37 for review prior to being distributed. 38 e. No interruption of water service can occur until the flyer has been delivered to 39 all affected residents and businesses. 40 f. Electronic versions of the sample flyers can be obtained from the Project 41 Construction Inspector. 42 H. Coordination with United States Army Corps of Engineers (USACE) 43 1. At locations in the Project where construction activities occur in areas where 44 USACE permits are required, meet all requirements set forth in each designated 45 permit. 46 1. Coordination within Railroad Permit Areas CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0135I3-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required,meet all requirements set forth in each designated 3 railroad permit. This includes,but is not limited to,provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 Revision Log DATE NAME SUMMARY OF CHANGE I A.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements.Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Daft: DOE NO.XXXX Pmjea>Msn w. NOTICE OF TEMPORARY WATER SERVICE IIIITERRLIPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City, sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V.Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including,but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel,power, light,heat and other utility services necessary for execution,completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping,equipment,devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification,inspection and inventory. 4. Equip building with lockable doors and lighting,and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings,provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings,prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical"published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation(TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor's responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete,to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 1 A.A.Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.l.c Added language to allow for use of published traffic control"Typicals"if 3/22/21021 M.Owen applicable to specific project/site. 1.4.F. 1)Removed reference to Buzzsaw 1.5 Added language re:submittal of permit 12 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 015713-I STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 31 25 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than I acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent:NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management(iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System(TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH WESTSIDE IH/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section Ol 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 015813- 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH WESTSIDE IIU1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood,grade A-C (exterior)or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed,upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 60 00-1 PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: hILtps://apps.fortworthtexas.gov/ProjectResources/and following the directory path: 1. 02-Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 3/9/2020 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 9,2020 PROJECT DATE:AUGUST 2022 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July I,20I 1 PROJECT DATE:AUGUST 2022 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised November 22,2016 PROJECT DATE:AUGUST 2022 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised November 22,2016 PROJECT DATE:AUGUST 2022 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section I.1.A.3.a.1) 19 2) Demobilization as described in Section 1.I.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section I.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH WESTSIDE 11I/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised November 22,2016 PROJECT DATE:AUGUST 2022 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE I t/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 7 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised November 22,2016 PROJECT DATE:AUGUST 2022 01 7123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"Construction Staking". 2) Payment for"Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include,but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of"cut sheets"using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for"Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include,but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey- The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey—The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking—The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey"Field Checks"—Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw website)—01 71 23.16.01—Attachment A—Survey Staking Standards 2. City of Fort Worth- Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS),Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection)for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 01 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit"Cut-Sheets"conforming to the standard template provided by the City (refer to 0171 23.16.01 —Attachment A—Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A —Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1)week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason,the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including,but not limited to,the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested,to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it,as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances(as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12"and under in diameter,it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 25O linear feet, including (2) Horizontal and vertical points of inflection,curvature, etc. (3) Fire line tee (4) Plugs, stub-outs,dead-end lines (5) Casing pipe(each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines(non-gravity facilities)at the following locations: (1) Minimum every 25O linear feet and any buried fittings (2) Horizontal and vertical points of inflection,curvature, etc. 3) Stormwater—Not Applicable CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate,butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS 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 horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams,parking areas, utilities, streets,highways,tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing,when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile(.shp) CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 01 7123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file(.csv),formatted with X and Y coordinates in separate columns(use standard templates,if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and,under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters,parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH WESTSIDE III/1V/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey"Field Check"of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 31d party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH WESTSIDE III/1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and ,,after"construction;and revised acceptable digital survey file format CITY OF FORT WORTH WESTSIDE III/1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised February 14,2018 PROJECT DATE:AUGUST 2022 FORTWORTH., Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS staking for concrete, sanitary sewer,storm drain,final grade, or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, T in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa Ise_Easti ng: 1968500,00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—Of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 File 2: C1234_As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 it w V) m Q J � (l7 - Z W J D > Z D W d O J U O W < E 1016 EL.= 1OO.OD' m _ Q LLJ aJ rr o — w z LLJ z w 0 U CD °- n-, o Q li Q = U � d F- z _ — 0 Li.l Z U] U} O J O Q W = W z J D U Z LL. F- CC J n W ~ W Or- X Z � CD 4 m ' O Ld 0 CP #1 N=5000.0O E=5000.00 V. Water Staking Standards K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A-Survey Staking Standards.docx Page 7 of 26 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey 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 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 26 � � i� %A g 0i §k �& � z ([ 0 < 7 0/ f W/t 0-362 ' w a zƒee \ ($\\ te \ c3i » a§ Q §rj 2 GwJ§ g / o/ £ w E� sR-+2-8, $c tea, w \ � / Y � § ,m EL-mk \ � � \ � % \ Ui \ L U 3\ L.Li< • \ a= LLj � \ IL e § \ m /L, k \ o \k § ( E* ELE §§ § ( §) §\ F 2 5« d§ § U o o= - 0 / 2 EE if � 2 c; I m § a. r $2$a I § §§¥ § � VE Sanitary SewerStaking K%FTW_U,Ime\§1 1 3 8FWWD wslvET A D TUgRE\U\Rh11O%DQO#o1712 a6a1 A tame« A m Rp Staking kandaMsdoa Page 9JZB A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 26 Example Sanitary Sewer Stakes J� Q'7- VV�a Yu ��� . L LL U o ,• ,� c ss STD=�tTlm U.LL f r LLJ 45T,1� " f I an l H 1 )ols z ss STa_��7t� � , r.-3■ a—�� �nz a XLj- 1 u z u VY {�? r1 ..WNWaGn Itr m m7h� I Ik. 15 z = � - u °w o �� J Z Wa IL LLI 1 LL_ l 6 F u o F W O Y Z ZS 1 O � 1 p� aF C Q W rn a] �y1r J �2 r�l W 1 L C .ni {� 1 W 4]lL J .76 � Ac 9 FT F� (—i LJ LL �[It t �� �C F al —7 z n r~n az a� oo +�c a t.. y 70 �dr ue i �}/�i� � sr�f6� z' � In'�C CE F ��} F 0 �y Y m ! p—J 4 Fils o-toL a c-a■ 1 d_ JJ ¢ I � M _ C.Dp W 0 Y 1 1.nIt 1412 Vl� z N n �3 K:\FTW-Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01-Attachment A_Survey Staking Standards.docx Page 11 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even stations If. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval If. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing If. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet= 20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor If. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 12 of 26 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING } (SIDE FACING ) -01 � n mm 0 r � 1 BACK g BACK (90E FAONC RAW.) {SME FA13NO RAW.) gg IDENTIFIES MICH IDENT TES WHICH POINT♦ N END OF THE WING PANT 0 END OF THE YANG -� BEING STAKED BEING STAKED i y { � HUB ELEVAnEN a 11 INLET STATION NUB ELEVAMON = ! t (IF NOTED ON PLAN5) t it a IDENTIFIES GRADE T C TO TOP OF CURB T C] O �+ IDENTIFIES GRADE C7 TO FLOWLNE I DISTANCES FOR INLETS STANDARD 10' - 18' RECESSED W - W STANDARD DOUBLE 10' - 26.e7 NUB WITH TACK —————— RECESSED DOUBLE 10_=30_67 — i I ( BACK OF INLET yl rY al bl MARH�OLE ` �I QI I BACK OF CURB ;, _ BACK OF CURB 1 -------__ 'Vr1NKi+:',°. --------- FLO'ALINE FACE OF INLET FACE OF INLET FLDVAJNE EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 26 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 14 of 26 Example Curb & Gutter Stakes FRONT (SIDE FACING q) c o FRONT IDENTIFIES END FRONT (SIDE FACING w T POINT GENT e FRONT C (SIDE FACING CE) MENTIM START Pc SIDE FACING ° PANT CF CURVATURE ( �I O > Q 9c 11 PT BACK a g N I `� T IDENTIFIES OFFSET I9 TO ' BACK OF CURB OR F/C (SIDE FACING RO.YR) FOR FACE OF CURS + a III I PgNr + g/c i III I m III I IDENTIFIES GRADE IS i III I R TI��TO,TOP OF GURB d 111 HUB ELEVATION o + NO GRACE ON RADIUS POINTS NO FLAGGING RFC b IN LIEU OF PINK PAINTED LATH I I TOP OF CURE BACK OF CURB r _ ----- I FACE OF CURB L Q SO FLOWLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1100%\Div01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 e u`GO � � Ek\e — 0 < e —A-2 $n o (Y L . $ ` j( §ib 0[ - 22� =— -- , § � `� } c )2k \ � (�} { }} »K \ $k a z o � - \� � Ld / f �a s853= ee « cUl k�/� 6 ka: �&t =m JO _a al %� 3014VI m ')-V.« |/ I . 0�/ k `© Es Lj —� » e § LLI §[s - \ \ 4 6 \ %§ 0 La '0 x ` » wz 2 -� K:TW_WmegB107agEFgqyq»ybSAND-TMdPEC\M+hlm0%D&o#01712&IE01 Attachment A S&e StakingS&daggdo2 7 16 of 26 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address,cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND"to notify the City. K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 :4 Bu I Flit l�llR9l ENY 47 = ETJN4Zpi"11 Alpi tI 111Ellk I f\>AE1 ctt»s�sr; ■. ti JELEi/■iRBi>IktlPl+"°�*r!^.Yle�'JILuniEiYeEYJiYLIE�f fr:ul.ra En}E E'6 . tElEk�kMY Y 'gl\YLSHFvine g j , IIC!\R!\\L t,1 iKY17fut€ f�YIU LL.F.YG • "<2 xlE tY{"t'A'„I �iFiJimaL L7 VVIIwlf ll'wtlF N191FN\L[R IEB fEM NF•IG•C A�IARAB=V10:41112441 1113 11E': -1` ul NLHItJ• 1 tYlEtttF\'w\!t\I k!IE F1xxFKL:-f'�:lxVif 1FLiL.�.."J" :m #31!E! 1E\}FgfEt\11UI��OtlIJ KJITIEailfw#Y�pk 1Nry 3.4'lkit! tttlEA/L ' Oq�� E}#.iB #!fY'd�.Lw€7ME1EEf4'.wA4h1},liF'Lll fw. kw p iaE:m#.'\ Y\tFRwi\\i\\f Ertl:E.rt Ftw' MIB '? YRjA I q lELi\iL#"\fF[JELlE :tl€\IEYfL4h gwL lfiT IIII !I 1D7x ,� �� I�J tiL1'KntYYKLRIc+i\Et LER i;''EYYfEJUCYFEk'ALIlE}uE\EWI� EE6nYtF,,J€yiN��1}ttltlKtYl4°l1L"A�V1YF0.'Li�ifll#ry�Il�fiLE?!ll'.t-11%,tl vI • �y�17�{I wf31k'1tMi\il#11n1t7%Fi;II Eisal['ill�ifnNKEltll!LEl•Ik saillaFstE1:Lim WY ::� • RltxtL\#}l LU77Y'FRii''ltw3F'kU�1��ppl1N}LfltlFlE'L 1{E'1'1'°FktCEt7f.�.:S:�• kill Fmill 'aftKI tiANktwIRY! NfAwEEtit4't!\.Eulk LRRYNIi t#i lt1\Ffy}w1Y11�1L IEII a li$!i1E t7'&tit, i Mew dF l�fn.i YI L{Eyt,#II wElryt 1 fryY =i #1YtKti llr pE\f��L€tEliLu NtlREE�ifN4A&is R111'.l7Etk#xNIbEMaw.IN MlpgiI\4f LLEE � EiELL€1iEINLLauEEkk}At#'IsL\�•EK it am 1�'R:.k:lE tiLi!l LVV lLYEUL\Y56R litf3 E Y1.i.ra� \ :at�r11MNf�kyA\L\EX�aI1FY`��+'g'Y�f�'L�fEI�LEiLL\I,4f E L a1ls\L111i l;7W AT S E€pEK#Y PYI 9\L�11an.kS1#IfKEJ �I��JYiY1 7t3\ KJNEE.!!."J\It}ri,E€tty!!1EIl3lfF3�tlRY}t111(IK\tIt'E'B471ti}YL#' •�� LtY I11i I Soli siitH€kt Isle 'Ip KRL1FIr�1&1JYYli il'Y tAn 1, N ib-til\YLl•iF\AAItL $ldtR€sftLt#t#Yl1KikF'.11 in Vail E • !AM'iE�gKEL7_{BItY}MEr.IFLI•K=iiktxFYMVIIEyI,Efl A\1 AA\YEIe•lJAItI\L'Etl• �' 7JtFFEIiFllliillL�tYiYalf�1N�If@�piI a"!&W91EN!•di�f# NEI IF IIa�IN PF11 Z • It.lf-€it[ AJi f11E fISLEh'EF�"lIg1V1#7'f1t71•LM1YMCIEEiL1.F Mi'YE�1y I■t Y.EFit!\! tiff aKi\Ft1VEl1l1FF l,T IJ Y}LLIld2.i:1lII1E}I# YrI'If lEI91€€LJ 4i}E1,'w{ILttIV LwY!'F€'�til�• wl}fEt EI �� • A{J 'Y11Yylt giEE,Kt:IY}M1.711B lal'RN MIIiFI}Y�#b iE�KF1Alff12 �{ IW 7Vtl� tllEl,f ASktlICEiFL}E.YIt'.kTIEl E41.tlf!!€i3 ftllfflt L".-A 7.iF ti L f\iE tJ4 VisLltk'Pf}\t!fIEH \lEJw\I\ i :1F-ItliFf\ft IEIRY � LEIELB LR fEl11E&tµ.#FCW�I'YEt€111�EUY1L YtAe' �iM3iL€iL1�lk ut.3oRM R JftBIIM V a C/FF:1 t H. I. ww1E It1E6! IIPFFIN i�ltlFK tttltTwo,GYJiYEa i\€E #ELlIlYILFEY\!B!!1€EwB67/F€kA:IY:YiBNKIf 19R7FVVI#iCC111t3Eof El7EiB�1ULt9F 7f;;#14B#Eryry1�Ek11fati1t1gG.ik�#f}{C A kFf7I�L117wY1kf1CB�. }IYE•}\E!1'1Jli5ttF 418iYt p"'1r.101X'1''t!#�a TI! It N�f-EflA{ta Elw. E �y�( aLL#fffEBtiE tw7#wF##EE,,U.1tF.IlKlkwii�L tli1F[f tllLtf11Elt,E �:T7� Y .L[ytNCEttwfFSolf Ft'JI#Itl#Li.614.'•nA dA l I�.llaE7RIt1.tFREE1 ® •' -I iL!#E!!��/ E!4#F,.!E}t}EtiiJ314111104111111 Ar1YHEE: HII'LyNI1low, Ctl 11EKUEI EE}Nf"FLl Pf9f Jflt i'kE It if t€r AIEILI HtfEll}9r YES lfF9iE'LCKEEtt.tw iiFFIdFf€EE,B}EI3,.EfW!k YFf6 N i#tNluli Ek tL1AlELI^Y "'AFT L'. YEttE 1Ff YUxJ#II U MHFL 9E'!\. Y' • I �� EEpYiilli�'� 'n-0 7F'IRtEY\EFI "in In l/Li Y\Lt kEUF:F.UF-pU Ykl Aan+ tHYttl E'iyV U t I E14° lk Will I l.afYitttfYNEILi l!x iACF!EEE\\3E7lUl\[\�K- E Ftt • fl flwL# UES L tiyi_'�R,.FEfEs"A1\YI Lf tla J; A&to" Eifsi i;.�EffE Ei1Et# K 7k .tJIPlIiLI'm'tYfirhe`1t13 x11 J\tlA Al t,Y 7y .{{'tf'tMf T^1i'°iflx'LfISIL,Itu'R'X FM1 �Un}'i'ifl..,,l,, EAR IFiYEF .fw YLIUMJ\IL low IN€\I Ml In if Elt\F� III Ll L _f A I'lltpkt�'at"] INS RLI 1.I'17 91I N\'lYKl, �i qq-0 fVLl UIla51 :f A" FAY LA..A' Yf0\EL tik GfG Yi,E�. J Ell lb --i' f f�#J 1lf Bt lLUH 11YkOW:7V.14\IItEJMYFKM ii x:- BIE#ILkBt Ail lit i lt}y1t Y'EtiJ ftn!6' -. I ka11l lYBIE4.-Y S f17rl ktlUU AkNft\Ef Fa !€!fl#Fil! \\• Fh 1:WE'NBiigqi '-T }}}EYYf:i F�}YIE111XII x*3 aAtfllt. �'�� ���`• `� \\ iJ1YiJl LI;tF S`i IltEliNt T iLIFFEAAiliill11III ..i�' }Yfl\\u131iFLsiE1:i1!#ilAiltlAibIL1EFa191s11�1BRY�Iiire • `:. \ !}pgFI SIiF[t€€LEI tJFf 7CtEtkmllGAt'ff I LElLLf\Ett91'!Efy\L . ��� �YYLLw}1iEL'i7�E�FIltitlJ ItE\#1NE11t'p}f.11�Vty tF�li�tfal t f'NlfAil€f1:1\a EtE\RtiYllAlIAPlYEf.l#9FE tEEIa!!7t11CYK1E'Iwt'f fERYCaalu� \iLLNVtlYLlRitEfELIAEtttfBxfLE1mmgOwfatOC!#iYEEEE7YE�L1 ' BlEEtt\E!F\EftB1lEIIl1\ IIfELiRNI xa1IEF11001#\J �E�• . i��LEyl'FlllllEff\LE�BYN ;k PE7.1.2#Eki€f#IjU41 ilI�1G"tKE_ LA-11�IA 1''ii[L.''ilil tE1L:lfiIFLtltlstE\kLU�€eEEYML. LYbllix.Cl'1M1ItAY 1!YWA4EfIEPYYB,'1k�k }UKELL Wfidt LC Inv ANLL}Ytf:7tMA16bl'IFAi1R4RfiLF43ET43f. E YliB:Li LEyt�i�itG #6!fE'h'L!4U.f Y Y#C1.!Ik1A.RW64�1#9M7YIFV1Yi' E • fi i i i sr,t v- Ut MCLA N M STA OaM-W WL fFM A9J -STA agm-Lrwt aFtnro M PZ"E&M&lft E1457. IN Via►LL-w 'Wr VAWE&FICMCFR aawrrr 7n Ek7sr.ewvc-R rEF N�s LYSTAfL 1-rr M1)VFF►F STA OMM-1?w1 rrtx� tlrx wrMc rAb L v� rfYGYFaMpB L �� L.� I-IrWE VAWER (f/ `�J� S tlP�VfRr.am STAOBUS-9K ASTAW F!P rMCfR>I!7EE rLravC VMVE4*— >/ 1-FLRE H - tor I fF 9WORAMr LEAD IL/rGO' cTa #69ffQF YA6�E r,rrsrn oWW, L,� Israladr r � � �,,% / E?FJ62E92J8B Om FKw On. O BLK 6 LOW 2 I"wM*01 �uww� � , Aow=� rrr�n d 9f,•�ar ♦4 aa.t REAfi7VE EYLrP. / rLLV 12 a&.73124 y� ! Itry WATER �` -- ----- t-Jtr Ex.sss— Tau• �� // �� .'; C —cmc sw so, J PROPOSED d' ! ADMIE•3"AW SAWARY SR S ,(} .�W } EXAM CITE VALVE SEE��� 1 STA00=-[!rt ffLan rw STA 0575d-r2 srA oaasa-Lew \� / NS NSTALL OMSIAflr ` I-ISAU SXV SLEEVE r LY�VFRT.AL7YYD t 1'Zr fJ'YfRr.f>lE1LD / N LF OF L2wATER ME M N s fm2-qs53 GnVZW TO Cr.Tr L£w.PFN E '-?..51G303J'4/3 E-7 7gdi7A Alswidsam ES6 P K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 26 1g119g1'�kl IggA�I�4 �itl�1AL41IY%tNIIBHAiilt➢14HY1A91:A9N1Ap➢9�NtNLVpt➢ Y1�1k11II:Yt� /__ t t lilttm$ll#YtIl Wilp:gCtlGYpllllgk@I'uwX N N99n11Ht'11t'911+Ft IIAWa+nIp4FYlX1 Y9MX91➢pBi t111 g111YNINliYI kAIYIIANIATHpiI! hs YI.F :All^I 11G ,.:I! �G1A 5v Nki J".ItA L71gP1141% g1ilpXl',ItglRRI11tlN.A11N11pWYl%fIIAH I1iIP.d1114 sllll11 OH'IJAAI'� AAi11I�ti9AP A..J.A All IptI1 NOR 1411HII IIWFH91kkf JAll1 Kp id%:Ef 1911H lAll AT Wa I JtR';pllI IRI I'IApllll 41p 113411%AA9170 1911 11911'1Ig11A1€LI%11 I11111li 7C411%Itl�P Al, 12II11%11111 HilA:W 1➢Y IYGII.Ip11111IH'Allll LRI tl'If1161PHNNlI+ I° I 1111111 lkw I'X IIB% +IIlIl Hill:foul 11.HEll IFI IFAIIAtlk8l NJfJlFItgNEF61HHt 1Gl IIn I.I fIA MI:111171'Wi 311t#IIIIIIIHFIAGIEFNEIY d1A'JIIA LI YpIEA IHNAIiI lHYll'11HIAH II!II GI I:II 111 EI J111 JI ik1 t311 IIIJI/i iI lEPil 41dJ19 dN%1Pi AI'IWGlfrl ls1Rll Fp H'IWAAIGII Ills 1'i1 AF Itl fl llid tdl'IIFPf11 R W-WHM"il 11pAA ILge.� d1C mullimml{7111WIII'Ik%dldllilll IRi; wE IIIIIIP dpoltlll Hfl7pni NipNtllFll@IJgR11 IAN�IXIX71FCit]I17+111 Nlk,illitl J IIBN Nt111:%Id PYIn t I"^AIfl dYM YI fPT1NJAFIIJHJRJ1AfJkf I➢pE.ILpgH111 IKNf1J1 p4R➢9'tl IIIYAiR I#IIL I KAdJ l IJI1:116Ad Ifivilljo0j, AM 149191ti II filial 1K YPAeA PI pp%ITAIJPFEIdfl➢I I,,;N hIP'JJdpNAY EIJ,1 IJJpIJJ1iNTJ1flNfAdYtlG%FI1111„J1�F.€;gI1i:Y- A IJHJ"AppJIYdJJt"JUdffflfYdPPf€IfldpB If 1111139 IIIIfUJI fill III HNAIfPIXpYA1dlF.MJPtJ ri1F!(III-JfYX➢IJYI#iN1fJNPAP7P1RgArit4i tffl In pit klYl F@@P1NPNYNq'Jdfl tlNl tAeIY XAg1Ag11q f Y �, AipfllYit{pPJryIpgYJYr1A7YtlPp IYFFMJJI � pN110 to al, p llfflfal ' laulYR001 ifgARixfjpAi Y RUN al t 100fill gtg f Ik111YAB€iBf IN1AARlki�ll'Bq±l tkli.hElpfppgl l[hlII911of Nf f 41 grf NNtiri0'l l�}p7L :gg111E11@•9k wllHli iIgI111F11Li1gpYlfpldlfiHM Ja'Cggl g11titWIHtlalumill IN:ECpA 8 F€IIEIRIRu AI qJN npi7'. ndtlf@K I111111 J 10YAIP pXN 111p kIp9H@flglpp!off, ll 1 JI ry k IYtt11 f41tIVNAEI➢h11gWWNG1 km 1 H ugamHillipl Yp1KIIK INk19pYWY 4�I IRXHI YIYII11WgX8d I111p@fNt1I7 A 16.F P ;t i tEll€ppfllWElitdt 11 INII€IIIBgYpIFiIpINllrip1f1111pgqli lEiild nllA€kF"!+ J+'pl C4nldmlltkMniN Ypif@INIYFFNIf p.IplllriAtillllWp kipl IYIIpII€t �111NIkEl�AJ t9g9llI'm ASleHllfl[I ill:lion IYgIN71%IAA IXtid t€11t71p F IAAlI t 1'Ylel€pl€IgpBIillELI iL€lil EII€Xi€INAA XNIA lgtl%IIIIINII WIpJIIlildif J 1.0 E1Y'1€iliNY]Llrilq@Aq#/CI i➢Wq gpkl11;010Ni Aa1111pNi11II➢It ryq llq'1lflp Y IIYO Hall'p➢X NNNi4tiloI p g Hill 'lift lllNglgli€IE11AAiiwhitll[if Wpa villmllit JA 7&A'1:IIN I1 i 111HIEYgPX11111g111IIIlftI61 LIB iliA�lla4 YIWYFnI 1YYqSA1111Y111111lILq�NYIll. 41➢Ilti [in fill liglpJlp 111➢pIgN-Xptt 11 51tEtlpAApgtIALgSCXgN4➢YpAridI lI%Iklgil I�§IIEpully11NkR1IJ1t@9I1Ik71pplq llgl litlpl lgillls l AIYNeM i:Y1111g11Nip#IIAp1111,141C1IhHY gRIFl�IIRl 1II`ii111 R 11 NH�kkkkkk-�tlpll llih"l-lial al JI�NNI� ..r .glIII Ip1�i,q i I�fill 1 -I YNY➢ISpNI�4IIIYNippALLLLLl6141p171eItYI!III9m 1pt:Bg1EJN@ktkl lY 1N1._:IWIIItl1PINAl FHYFpp/n`d€dq➢A1pW. ` 1L11t1I1 Of 0711110 all i11111�o oil, HI tlTYrilhEll�ki[I� N�I##tYINril3N HIfyi31Ii�tlUPI ♦ ♦ ` IHIn 11O8ifplgllpW�1111GLSfC111p1111 ri1pp Il111iliYI11Y1[10gEfX11g11'i*11Y!I 1'11111 p111HrilYA�lllliliW II[i1 Hpt11t9XN1111&Iklldilri l0.WNtllidggg11111tIftPYW11d3.�NP!Mal.11KRlial1IkIpI J4YgAIgd6C111lit IE 14 INN.N�IE1➢IpYFYIgIIIgWgltppflliJANAIi1g11gp11G€Aip XII���iiIIYdNJWuiN bAA16Yl�';IWp1N11111W€N 18 911dIX411g17111Ni11f1f,1ig111pllHltr It IgI1RNF11111WiB'FEBI,It IIpY1Wt1fEdl 111t A111111$llp lriil ilu Fp I3gg5 4IA71111p4 OWN!611"111A111rip1�pi 1%ltlgl IIIIWI�111111181111"'/111116 JJ1lM NI1�F¢@I kigA� I{H'fpLgpq1'I131161}11fill 1pppi NllfkA7eY1N1I'IEWI411F1I��@f'HIIpgIFfEIIA,di lEptlp pXt 1!�Yp1d Al IlggIpBCFXpA�11111I1N 11911pJ13giyd IX 11Ag1J7$GIA11Yg1AN�lliriNppid lMW1Ah DioRU pIT q WiNli NgNIANN1111YfpW/11dtl111MitL131lIIRAIi@IX191111 p16NIl9gFglIllilE Jdnslllll HAII7pY711{€ B8 Ill IllId III11111A1111Y1 Ml1{I1111YIKIIII €111111RU1111111p7!, 7lilpldlt11`11".Ila ll iIMP.L7EiIg11y1p1t71ESIIg1�11LU1ILp1YI1ptl11 tliri11111 7 9 111I 1tttPQAPydy19 i1i1'�LI11110111IAA11AApIdiNY�8i1ifg31fIIlEHIlYq 1+ E .�©1 f' [RI€ 11I fl�IIYINNAIEIt N11IIId111117p19�Ic11YlEM1?pg116.1➢Jlll Jgllill➢471ARY1' 77 flat NIAgE111g1A91YEMl'IdBAIp1AiIIXII lull IGl@ti "YAll1YA1€l.l 1 "illllul! tXSld..A ®p�qA!1y JM1 YNIi'1191Y111ddJlllYEYu➢kIpNFYNIgMARK N11AN17d9tlIU1➢IEI 1 111 #NLAYIIIElkdtW[p➢ �CDI :it 11 AIXRIH11181ip3Jg1EABIp'plHLLBw ill ilpp'J'Apiq€IWA%IAN JIA13YilJ 6 +ItN1 ELk€hpilLlAliA91Y1 Of11d1g1t1111NLpAFYGW'@1%ttfYt llEIAItlpdglpUJIIRNG:IYU':tl I M1NNAEApX 111;11Y641AA 111. ® I.' '@FYI 119fl11911AYkN111fN17APHtINNYYfNKkIAN4➢117t IN161lgI%@YIgB'.if IF141AJ1i6FAYY119gI14alYp":: YIApIk1d11HIHtl111A11117%YAIINAIHI IINGNg1'NII XHSI HrIplllA4'dYpApG16:9p11gIYLgY 14; INlIIIIAli11J11gYlAli NY I.IYg11AYJJ€I€IgppYE@gI1p1YIJIIHXlg111NA1111.7FNC49ItEYllltl J1q lldill,lld l gA111XHN IUY1tl1t17HLEfYR1dINipHRAp YI tI1XNi11➢!lq}kYl}If EkFII lg1X€IJIAJpt ix� IeJitalKH X 1:� I^vJglt 1Wt JI JNAIpIdA3XIpJNi Ip ul ILlld4 YILAY1NgpfflkgEJtHlu"moll HIEXkTE[III t�p 1113 Afi I 771gA€JgiIfll➢malls@tGILBIf YWr 1i'11i 11i%Npl If IA HipIYB1kp111A�" 111RpNXq@I:➢IIIgdA0114NKAgAgri'&7 17J�d€1##1N1p1 ♦ 1Ap9iIl No 1� E Yt"`� -RI11NYg4,1all,Orman BillumuliSt,1A11[ff@H"MoTi 111Y1' pi11 far[gqYiINa�Y1ef ;A fII1gNH111gX3 pYdq ilgSH1 ... - IpJA�gptWltN�S.dA a.Gi.nsJ..€I+Xg1F1NNN NI .nIT Iq HI]'..I NIW pBBNpI�9IYlA!BpYCggI1Np1111g11gA111NIdXAl lkidlANIYJ IgBIHAgIl ffoti 1 dl na9fY#iipdFJFgXIq Ng1111p1'Nli€q f60YI1Ma1171I11a il31kp41[Ip A➢11111d11Jd Ilb#IfY11i111g8 it llip II'.19 1 rial NllAd71➢IHIi7BA1#11;1. NNtl il�N�k':YIAANIIri9lidi"71 €ILltldrilq A " YE!➢AEJi1XkEliAgiXi11Y: 1k1111A1X71lr1I11}pppl#pXlgpApliX AIItI IppgYlllt[IAINH IP pY-I.CdAI ITCFilfllpfili11�3i1f11#NI qp II'1pINIgIY1�9�gIq plXq gq€dkl AkligNi�1,g44q1 glgYge N,i I1 f WNllglgYl�fNI11N111Y1t fill 1€IA 1ki11fIHlri�Y1 1 1 11 E1Btl IfI N11I1�11EI1�11C f�1 Y 1'I117➢tl11NiK1111 Ct1114111a1� Holum Bu l l yA YNEd 1XIgill 311111tl11 CAN im'pWAf ILll la bli ItldHlGpitl: IG^It11i 1 glmmilip° IItE19 fit It YN YLNp$'.AI Ptl�Ipfell11111 t YAIF%IAq:1E11P 1 lAfa;. I al fI:WplplpilINJl NJ YJ➢N IpI�HiIEAYAttlNaill J +' ,0 tlYA1pi i1X9YgI1pYAYY _ u -iN'1AIJT➢pRIWp0 iAI f'NXpJJ1Y de 1 I' RIINBI91Ill tplglRed6 t.,iri, afs„.„ - rtYl f»:L_Jd s.0 II N➢IIINil31NA q@A&III1pNXN9 NtIgYFAilAgfg3plp'idlp pi3igilpp swh�nb3iw 4+lls 11€lgpl IggN{N111pINIHYIICYMN 1ig1#/glld lP all in- NNI➢Ngi€Igl♦IggNN lii1p91q INi.gIRip lRglig1p13J 1pggz111R€kAl%YNI 1flriidlpa.iAN '• i� 11d'gg1A/N%p11OgIpYYKYW'lAtlriCklWg131in[I1BI l�tlBlipq'Ikri,€BBN41g1I11Y11 tp in • pplApggi'1hiLNilgplgYl➢h1411liYilpl Jpiptl11g11IP g111ipYgYN€XgfElppHjlpHidd IA111 • 17NtNigii1 p11gglHipp%IIL€FIYIIpNFL➢IAgEip1 u11MWp'l llltl€tpeilgi1ll%LIN111R7Kill till, lNYIp911pIMk11NP1Alp➢tSNYFY1HgAANAHA4YNitA§pYli➢tOhphliA74AN1 NURN JIM1 Y1I41YLY4tl�h19gl1;Uti1kYt1UY'AIYlYtYYIYNYAL11tIYq SYSWkN, UffMy fah { BLK 29 !Dr Y Lrr J i Q DOS SNw Ar rfr Mn w wde"•r>mr�0�'is� a SWARV Sfl'ER y t SEAWXE ri aEANOUr 9 Q!J W 1 LAYTON rD.W. Arm ":�M N• C 4. CO 1•7, "` nw` ALT E�.i2'YOId l� wnK !2'WATER �. 46 Y� UNE A -L-3654 —8'—y O L-Sss4 EX.a — d WY rr rlcu AF"E EXIST. Izro J© r h r S SAK SEVER i? r/ y5 rr p.''sM • r r�prr /Df I Q STAh67.G-955 UNE A- EXIST.STAOML-31rf- aO1°+"Ar rA-1i°' EX75r.SrAh7C�L-.365f mmw s AC"C LXLST-=VI/ GYMSTR(ICr 5 if OFM CLUDE 8S5 LIME C0957o flo Cxr�a//NS M 1 W/C r ; avRosAuv Pfss(M CO ) DOWNECr P/XP.435 fMEL.11' 7 R-E9/6 815 6 2 52 E-?296ISS�31 CITY MAP NO.2018-380,2018-3' MAPSCO PAGE NO.74N,S,T, 7 T T 7 K:\FTW_Utilitie 2-00 h00 1—Attachment A_Survey Staking Standards.docx Page 23 of 26 Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EAS71NG ELEV. DESCRIPTION 1 b94b257.189 2296079.1b5 726.09 55MH RIM 2 6946260.893 2296062.141 725,668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 4 6946220.582 229b011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH 7 6916136.012 2295992.115 719.448 WM RIM 8 6946007.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM ` 10 6945994.677 2295880.52 711.662 SSMH RIM 11 6945986.473 22958b9.892 710.046 WM RIM 12 6945995.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295941.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708,392 SSMH RIM 18 6945759.776 2795758 643 711.219 SSMH RIM 19 6945758.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.229 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945543.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727514 SSMH RIM 26 6945539A98 2295667.803 729.123 WM RIM 27 6945519,834 2295619.49 732.689 WM RIM 28 6945417.879 2295580.27 740 521 WM RIM 29 6945456,557 2295643.145 736ASI CO RIM G�ST&b 30 6945387.356 2295597.201 740.756 GV RIM ?C 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 74OA08 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945I06.483 2295529,305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM S�(11t� j 39 6945113.445 2295520.335 751.872 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM °FT 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM -#4 ;F{f 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860426 2295534.397 752386 SSMH RIM A)Y 54-JVrC,(- 1441t K:\FTW_Utilitie5\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 Q rz �W Lr z V r i� IC 8b 'lYq, �Y� 7 L Li y _y � * • e �� � !S � & b & �' � �' M3 � IS Y4 b ■ i a � � � a � - $i K:\FTW—Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 1 100%\Div 01\0171 23.16.01_Attachment A—Survey Staking Standards.docx Page 26 of 26 01 74 23-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 74 23-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WESTSIDE IH/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 7423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAWS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 74 23-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. The Right-of-way shall be cleared of all construction materials,barricades, and 25 temporary signage. 26 4. Upon completion of Work associated with the items listed in the City's written 27 notice, inform the City, that the required Work has been completed. Upon receipt 28 of this notice, the City, in the presence of the Contractor, will make a subsequent 29 Final Inspection of the project. 30 5. Provide all special accessories required to place each item of equipment in full 31 operation. These special accessory items include,but are not limited to: 32 a. Specified spare parts 33 b. Adequate oil and grease as required for the first lubrication of the equipment 34 c. Initial fill up of all chemical tanks and fuel tanks 35 d. Light bulbs 36 e. Fuses 37 f. Vault keys 38 g. Handwheels CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 h. Other expendable items as required for initial start-up and operation of all 2 equipment 3 D. Notice of Project Completion 4 1. Once the City Project Representative finds the Work subsequent to Final Inspection 5 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 6 E. Supporting Documentation 7 1. Coordinate with the City Project Representative to complete the following 8 additional forms: 9 a. Final Payment Request 10 b. Statement of Contract Time 11 c. Affidavit of Payment and Release of Liens 12 d. Consent of Surety to Final Payment 13 e. Pipe Report(if required) 14 f. Contractor's Evaluation of City 15 g. Performance Evaluation of Contractor 16 F. Letter of Final Acceptance 17 1. Upon review and acceptance of Notice of Project Completion and Supporting 18 Documentation, in accordance with General Conditions, City will issue Letter of 19 Final Acceptance and release the Final Payment Request for payment. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M.Owen 3.4.0 Added language to clarify and emphasize requirement to"Clearing ROW" 31 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised March 22,202I PROJECT DATE:AUGUST 2022 01 7823- I OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include,but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum,white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH WESTSIDE IIl/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 78 23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab,bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available,provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor,name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up,break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers,with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function,normal operating characteristics,and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 7823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 —title of section removed CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 78 39-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 O1 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 7123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes,use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits,piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings,by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show,by symbol or note, the vertical location of the Item("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings,have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents,other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling,and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 03 30 00-1 CAST-IN-PLACE CONCRETE Page 1 of 26 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design,placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Added 2.2 K 2: Added PVC material to Waterstops section. 20 2. Added 2.2 K 3:Added Hydrophilic material to Waterstops section. 21 3. Modified 2.2 P 2 a: Modified minimum compressive strenEth. 22 4. Added 2.2 P 3: Added concrete mixture for concrete fill within structures. 23 5. Added 2.2 P 4: Added concrete mixture for mud/seal slabs. 24 C. Related Specification Sections include,but are not necessarily limited to: 25 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 —General Requirements 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Cast-in-Place Concrete 29 1. Measurement 30 a. This Item is considered subsidiary to the structure or Items being placed. 31 2. Payment 32 a. The work performed and the materials furnished in accordance with this Item 33 are subsidiary to the structure or Items being placed and no other compensation 34 will be allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Cementitious Materials 38 a. Portland cement alone or in combination with 1 or more of the following: CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 26 1 1) Blended hydraulic cement 2 2) Fly ash 3 3) Other pozzolans 4 4) Ground granulated blast-furnace slag 5 5) Silica fume 6 b. Subject to compliance with the requirements of this specification 7 B. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. American Association of State Highway and Transportation(AASHTO): 12 a. M182,Burlap Cloth Made from Jute or Kena£ 13 3. American Concrete Institute(ACI): 14 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 15 b. ACI 301 Specifications for Structural Concrete 16 c. ACI 305.1 Specification for Hot Weather Concreting 17 d. ACI 306.1 Standard Specification for Cold Weather Concreting 18 e. ACI 308.1 Standard Specification for Curing Concrete 19 f. ACI 318 Building Code Requirements for Structural Concrete 20 g. ACI 347 Guide to Formwork for Concrete 21 4. American Institute of Steel Construction (AISC): 22 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 23 5. ASTM International (ASTM): 24 a. A36, Standard Specification for Carbon Structural Steel. 25 b. A 153, Standard Specification for Zinc Coating(Hot-Dip) on Iron and Steel 26 Hardware. 27 c. A 193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 28 Materials for High-Temperature Service and Other Special Purpose 29 Applications. 30 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 31 Concrete Reinforcement. 32 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 33 Concrete Reinforcement. 34 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 35 Field. 36 g. C33, Standard Specification for Concrete Aggregates. 37 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 38 Specimens. 39 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 40 Beams of Concrete. 41 j. C94, Standard Specification for Ready-Mixed Concrete. 42 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 43 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 44 1. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 45 in. C 171, Standard Specification for Sheet Materials for Curing Concrete. 46 n. C 150, Standard Specification for Portland Cement. 47 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. CITY OF FORT WORTH WESTSIDE III/I V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 26 1 p. C219, Standard Terminology Relating to Hydraulic Cement. 2 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 3 Pressure Method. 4 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 5 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 6 Curing Concrete. 7 t. C494, Standard Specification for Chemical Admixtures for Concrete. 8 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 9 Pozzolan for Use in Concrete. 10 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 11 Concrete. 12 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 13 Use in Concrete and Mortars. 14 x. CIO 17, Standard Specification for Chemical Admixtures for Use in Producing 15 Flowing Concrete. 16 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 17 Concrete. 18 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 19 Cement Concrete. 20 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 21 bb. E 1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 22 Levelness Numbers. 23 cc. F436, Standard Specification for Hardened Steel Washers. 24 6. American Welding Society(AWS). 25 a. D 1.1, Structural Welding Code - Steel. 26 b. D I A, Structural Welding Code -Reinforcing Steel. 27 7. Concrete Reinforcing Steel Institute (CRSI) 28 a. Manual of Standard Practice 29 8. Texas Department of Transportation 30 a. Standard Specification for Construction and Maintenance of Highways, Streets 31 and Bridges 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Work Included 34 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 35 including shoring, reshoring, falsework,bracing,proprietary forming systems, 36 prefabricated forms, void forms,permanent metal forms, bulkheads,keys, 37 blockouts, sleeves,pockets and accessories. 38 a. Erection shall include installation in formwork of items furnished by other 39 trades. 40 2. Furnish all labor and materials required to fabricate, deliver and install 41 reinforcement and embedded metal assemblies for cast-in-place concrete, including 42 steel bars, welded steel wire fabric,ties, supports and sleeves. 43 3. Furnish all labor and materials required to perform the following: 44 a. Cast-in-place concrete 45 b. Concrete mix designs 46 c. Grouting CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 26 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials,Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MAP-KUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 26 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood, lumber,metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal,PVC or rubber strips 28 b. 3/a-inch x 3/a-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials, formulate with rust inhibitor. 37 5. Form Ties 38 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced 39 plastic form ties designed to resist lateral pressure of fresh concrete on forms 40 and to prevent spalling of concrete on removal. CITY OF FORT WORTH WESTSIDE III/I V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033000-6 CAST-IN-PLACE CONCRETE Page 6 of26 1 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 2 of exposed concrete surface. 3 c. Furnish ties that, when removed,will leave holes no larger than 1 inch in 4 diameter in concrete surface. 5 d. Furnish ties with integral water-barrier plates to walls indicated to receive 6 dampproofing or waterproofing. 7 C. Steel Reinforcement 8 1. Reinforcing Bars 9 a. ASTM A615, Grade 60, deformed 10 D. Reinforcement Accessories 11 1. Smooth Dowel Bars 12 a. ASTM A615, Grade 60, steel bars (smooth) 13 b. Cut bars true to length with ends square and free of burrs. 14 2. Bar Supports 15 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 16 reinforcing bars and welded wire reinforcement in place 17 b. Manufacture bar supports from steel wire, plastic or precast concrete according 18 to CRSI's "Manual of Standard Practice," of greater compressive strength than 19 concrete and as follows: 20 1) For concrete surfaces exposed to view where legs of wire bar supports 21 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 22 Class 2 stainless-steel bar supports. 23 2) For slabs-on-grade,provide sand plates, horizontal runners or precast 24 concrete blocks on bottom where base material will not support chair legs 25 or where vapor barrier has been specified. 26 E. Embedded Metal Assemblies 27 1. Steel Shapes and Plates: ASTM A36 28 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 29 Stud Welding Division or approved equal 30 F. Expansion Anchors 31 1. Available Products 32 a. Wej-it Bolt,Wej-it Corporation, Tulsa, Oklahoma 33 b. Kwik Bolt II,Hilti Fastening Systems, Tulsa, Oklahoma 34 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 35 G. Adhesive Anchors and Dowels 36 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 37 into hardened concrete or grout-filled masonry. 38 a. The adhesive system shall use a 2-component adhesive mix and shall be 39 injected with a static mixing nozzle following manufacturer's instructions. 40 b. The embedment depth of the rod shall provide a minimum allowable bond 41 strength that is equal to the allowable yield capacity of the rod,unless otherwise 42 specified. 43 2. Available Products 44 a. Hilti HIT HY 45.0 200 45 b. Simpson Acrylic-Tie CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 26 1 c. Powers Fasteners AC 100+Gold 2 3. Threaded Rods: ASTM A193 3 a. Nuts: ASTM A563 hex carbon steel 4 b. Washers: ASTM F436 hardened carbon steel 5 c. Finish: Hot-dip zinc coating, ASTM A153, Class C 6 H. Inserts 7 1. Provide metal inserts required for anchorage of materials or equipment to concrete 8 construction where not supplied by other trades: 9 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 10 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 11 washers. 12 1) Provide 3/4-inch bolt size, unless otherwise indicated. 13 b. In horizontal concrete surfaces and whenever inserts are subject to tension 14 forces, provide threaded inserts of malleable cast iron furnished with full depth 15 bolts. 16 1) Provide 3/4-inch bolt size, unless otherwise indicated. 17 I. Concrete Materials 18 1. Cementitious Material 19 a. Use the following cementitious materials, of the same type, brand, and source, 20 throughout Project: 21 1) Portland Cement 22 a) ASTM C 150, Type I/11, gray 23 b) Supplement with the following: 24 (1) Fly Ash 25 (a) ASTM C618, Class C or F 26 (2) Ground Granulated Blast-Furnace Slag 27 (a) ASTM C989, Grade 100 or 120. 28 2) Silica Fume 29 a) ASTM C1240, amorphous silica 30 3) Normal-Weight Aggregates 31 a) ASTM C33, Class 3S coarse aggregate or better, graded 32 b) Provide aggregates from a single source. 33 4) Maximum Coarse-Aggregate Size 34 a) 3/4-inch nominal 35 5) Fine Aggregate 36 a) Free of materials with deleterious reactivity to alkali in cement 37 6) Water 38 a) ASTM C94 and potable 39 J. Admixtures 40 1. Air-Entraining Admixture 41 a. ASTM C260 42 2. Chemical Admixtures 43 a. Provide admixtures certified by manufacturer to be compatible with other ad- 44 mixtures and that will not contribute water-soluble chloride ions exceeding 45 those permitted in hardened concrete. 46 b. Do not use calcium chloride or admixtures containing calcium chloride. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033000-8 CAST-IN-PLACE CONCRETE Page 8 of26 1 c. Water-Reducing Admixture 2 1) ASTM C494,Type A 3 d. Retarding Admixture 4 1) ASTM C494,Type B 5 e. Water-Reducing and Retarding Admixture 6 1) ASTM C494,Type D 7 f. High-Range, Water-Reducing Admixture 8 1) ASTM C494, Type F 9 g. High-Range, Water-Reducing and Retarding Admixture 10 1) ASTM C494,Type G 11 h. Plasticizing and Retarding Admixture 12 1) ASTM C1017, Type II 13 K. Waterstops 14 1. Self-Expanding Butyl Strip Waterstops 15 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 16 bentonite or other hydrophilic polymers,for adhesive bonding to concrete, 3/4- 17 inch x 1-inch. 18 b. Available Products 19 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 20 2) Concrete Sealants Inc.;Conseal CS-231 21 3) Greenstreak; Swellstop 22 4) Henry Company, Sealants Division;Hydro-Flex 23 5) JP Specialties,Inc.;Earthshield Type 20 24 6) Progress Unlimited, Inc.; Superstop 25 7) TCMiraDRI;Mirastop 26 2. Polyvinyl Chloride: 27 a. Material Requirements: 28 1) Waterstops shall be extruded from an elastomeric polyvinyl chloride 29 compound containing the plasticizers, resins,stabilizers, and other ma- 30 terials necessary to meet the requirements of these Specifications and 31 the requirements of CRD-0572. No reclaimed or scrap material shall 32 be used. 33 2) Tensile strength of finished waterstop: 1,400 psi,minimum. 34 3) Ultimate elongation of finished waterstop: 280 percent, minimum. 35 4) Minimum thickness shall be 3/8-inch. 36 5) Waterstops shall be provided with a minimum of seven ribs equally 37 spaced at each end on each side. The first rib shall be at the edge. Ribs 38 shall be a minimum of 1/84nch in height. 39 b. Construction Joints: Waterstops shall be centerbulb ribbed type and 6- 40 inches minimum in width,unless shown otherwise. 41 c. Expansion Joints: Waterstops shall be centerbulb ribbed type and 9- 42 inches minimum in width,unless shown otherwise. The centerbulb shall 43 have a minimum outside diameter of 7/8-inch. 44 d. Available manufacturers: 45 1) Vinylex. 46 2) Greenstreak Plastic Products Company 47 3. Hydrophilic Waterstop Materials 48 a. General Material Properties: CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 26 1 1) Hydrophilic waterstop materials shall be bentonite-free and shall ex- 2 pand by a minimum of 80 percent of dry volume in the presence of wa- 3 ter to form a watertight joint seal without damaging the concrete in 4 which it is cast. Provide only where indicated in the Contract Docu- 5 ments. 6 2) The material shall be composed of resins and polymers which absorb 7 water and cause an increase in volume in a completely reversible and 8 repeatable process. The waterstop material shall be dimensionally sta- 9 ble after repeated wet-dry cycles with no deterioration of swelling po- lo tential. 11 3) Select materials which are recommended by the manufacturer for the 12 type of liquid to be contained. 13 b. Hydrophilic Waterstop: 14 1) The minimum cross-sectional dimensions shall be 3-16-inch by 3/4-inch. 15 2) Product and Manufacturer: Provide on of the following: 16 a) Duroseal Gasket,by BBZ USA,Inc. 17 b) Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. 18 c) Hydrotite,by Greenstreak Plastic Products Company. 19 c. Hydrophilic Sealant: 20 1) The hydrophilic sealant shall adhere firmly to concrete, metal and 21 PVC in dry or damp condition. When cured it shall be elastic indefi- 22 njtely. 23 2) Product and Manufacturer: Provide one of the following: 24 a) Duroseal Paste,by BBZ USA,Inc. 25 b) Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. 26 c) Hydrotite, by Greenstreak Plastic Products Company. 27 d) SikaSwell S, by Sika Corporation. 28 d. Hydrophilic Injection Resin: 29 1) Hydrophilic injection resin shall be acrylate-ester based. The viscosity 30 shall be less than 50 cps. The resin shall be water soluble in its un- 31 cured state, solvent free and non-water reactive. In the cured state it 32 shall form a solid hydrophilic flexible material which is resistant to 33 permanent water pressure and shall not attach bitumen, joint sealants 34 or concrete. 35 2) Product and Manufacturer: Provide one of the following: 36 a) Duroseal Inject 1K/2K,by BBZ USA, Inc. 37 b) Sika Injection 29,by Sika Corporation. 38 L. Curing Materials 39 1. Absorptive Cover 40 a. AASHTO M182, Class 2,burlap cloth made from jute or kenaf, weighing 41 approximately 9 ounces/square yard when dry 42 2. Moisture-Retaining Cover 43 a. ASTM C 171,polyethylene film or white burlap-polyethylene sheet 44 3. Water 45 a. Potable 46 4. Clear, Waterborne, Membrane-Forming Curing Compound 47 a. ASTM C309, Type 1, Class B, dissipating CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 26 1 b. Available Products 2 1) Anti-Hydro International, Inc.;AH Curing Compound#2 DR WB 3 2) Burke by Edoco; Aqua Resin Cure 4 3) ChemMasters; Safe-Cure Clear 5 4) Conspec Marketing&Manufacturing Co., Inc., a Dayton Superior 6 Company; W.B. Resin Cure 7 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 8 6) Euclid Chemical Company (The); Kurez DR VOX 9 7) Kaufman Products,Inc.; Thinfilm 420 10 8) Lambert Corporation; Aqua Kure-Clear 11 9) L&M Construction Chemicals, Inc.; L&M Cure R 12 10) Meadows, W. R., Inc.; 1100 Clear 13 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 14 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 15 13) Tamms Industries, Inc.; Horrlcure WB 30 16 14) Unitex; Hydro Cure 309 17 15) US Mix Products Company; US Spec Maxcure Resin Clear 18 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 19 M. Related Materials 20 1. Bonding Agent 21 a. ASTM C 1059, Type II,non-redispersible, acrylic emulsion or styrene 22 butadiene 23 2. Epoxy Bonding Adhesive 24 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 25 to damp surfaces, of class suitable for application temperature and of grade to 26 suit requirements, and as follows: 27 1) Types I and 11,non-load bearing 28 2) IV and V, load bearing, for bonding 29 3) Hardened or freshly mixed concrete to hardened concrete 30 3. Reglets 31 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 32 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 33 or debris. 34 4. Sleeves and Blockouts 35 a. Formed with galvanized metal, galvanized pipe,polyvinyl chloride pipe, fiber 36 tubes or wood 37 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 38 a. Sized as required 39 b. Shall be of strength and character to maintain formwork in place while placing 40 concrete 41 N. Repair Materials 42 1. Repair Underlayment 43 a. Cement-based, polymer-modified, self-leveling product that can be applied in 44 thicknesses of 1/8 inch or greater 45 1) Do not feather. 46 b. Cement Binder CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00- 11 CAST-IN-PLACE CONCRETE Page 11 of26 1 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 2 defined in ASTM C219 3 c. Primer 4 1) Product of underlayment manufacturer recommended for substrate, condi- 5 tions, and application 6 d. Aggregate 7 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 8 recommended by underlayment manufacturer 9 e. Compressive Strength 10 1) Not less than 4100 psi at 28 days when tested according to 11 ASTM C 109/C 109M 12 2. Repair Overlayment 13 a. Cement-based, polymer-modified, self-leveling product that can be applied in 14 thicknesses of 1/8 inch or greater 15 1) Do not feather. 16 b. Cement Binder 17 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 18 defined in ASTM C219 19 c. Primer 20 1) Product of topping manufacturer recommended for substrate, conditions, 21 and application 22 d. Aggregate 23 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 24 ed by topping manufacturer 25 e. Compressive Strength 26 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 27 O. Concrete Mixtures, General 28 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 29 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 30 a. Required average strength above specified strength 31 1) Based on a record of past performance 32 a) Determination of required average strength above specified strength 33 shall be based on the standard deviation record of the results of at least 34 30 consecutive strength tests in accordance with AC1318, Chapter 5.3 35 by the larger amount defined by formulas 5-1 and 5-2. 36 2) Based on laboratory trial mixtures 37 a) Proportions shall be selected on the basis of laboratory trial batches 38 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 39 average strength greater than the specified strength fc by the amount 40 defined in table 5.3.2.2. 41 3) Proportions of ingredients for concrete mixes shall be determined by an in- 42 dependent testing laboratory or qualified concrete supplier. 43 4) For each proposed mixture, at least 3 compressive test cylinders shall be 44 made and tested for strength at the specified age. 45 a) Additional cylinders may be made for testing for information at earlier 46 ages. 47 2. Cementitious Materials CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of 26 1 a. Limit percentage, by weight, of cementitious materials other than portland ce- 2 ment in concrete as follows, unless specified otherwise: 3 1) Fly Ash: 25 percent 4 2) Combined Fly Ash and Pozzolan: 25 percent 5 3) Ground Granulated Blast-Furnace Slag: 50 percent 6 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 7 Slag: 50 percent 8 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 9 cent 10 6) Silica Fume: 10 percent 11 7) Combined Fly Ash,Pozzolans, and Silica Fume: 35 percent with fly ash or 12 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 13 cent 14 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 15 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 16 percent and silica fume not exceeding 10 percent 17 3. Limit water-soluble, chloride-ion content in hardened concrete to: 18 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 19 (typical) 20 b. 0.15 percent by weight if concrete will be exposed to chlorides 21 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 22 continually dry and protected. 23 4. Admixtures 24 a. Use admixtures according to manufacturer's written instructions. 25 b. Do not use admixtures which have not been incorporated and tested in accepted 26 mixes. 27 c. Use water-reducing high-range water-reducing or plasticizing admixture in 28 concrete, as required, for placement and workability. 29 d. Use water-reducing and retarding admixture when required by high 30 temperatures, low humidity or other adverse placement conditions. 31 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 32 industrial slabs and parking structure slabs, concrete required to be watertight, 33 and concrete with a water-cementitious materials ratio below 0.50. 34 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 35 P. Concrete Mixtures 36 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 37 Highways, Streets, and Bridges" for: 38 a. Culverts 39 b. Headwalls 40 c. Wingwalls 41 2. Proportion normal-weight concrete mixture as follows: 42 a. Minimum Compressive Strength: 3,000 4,500 psi at 28 days 43 b. Maximum Water-Cementitious Materials Ratio: 0.50 44 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 45 inches before adding high-range water-reducing admixture or plasticizing 46 admixture, plus or minus 1 inch CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 26 1 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 2 inch nominal maximum aggregate size 3 3. Proportion concrete mixture for concrete fill within structures as follows: 4 a. Minimum Compressive Strength: 3,500 psi at 28 days. 5 b. Maximum Water-Cementitious Materials Ratio: 0.50. 6 c. Slump Limit: 4 inches or 8 inches for concrete with verified slump of 2 to 4 7 inches before adding high-range water-reducing adminture or plasticizing 8 admixture,plus or minus 1 inch. 9 d. Air Content: 6 percent plus or minus 1.5 percent at point of delivery for 10 3/4-inch nominal maximum aggregate size. 11 4. Proportion concrete mixture for mud and seal slabs as follows: 12 a. Minimum Compressive Strength: 2,000 psi at 28 days. 13 b. Maximum Water-Cementitious Materials Ratio: none. 14 c. Slump Limit: none. 15 d. Air Content: none. 16 e. Coarse Aggregate: Any size that meets ASTM C33. 17 Q. Fabricating Reinforcement 18 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 19 R. Fabrication of Embedded Metal Assemblies 20 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 21 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 22 accordance with AWS D1.1. 23 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 24 All other metal assemblies shall be either hot dip galvanized or painted with an 25 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 26 installed in accordance with the manufacturer's instructions. Repair painted 27 assemblies after welding with same type of paint. 28 S. Concrete Mixing 29 1. Ready-Mixed Concrete: Measure, batch,mix, and deliver concrete according to 30 ASTM C94, and furnish batch ticket information. 31 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 32 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 33 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 34 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 35 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 36 batch machine mixer. 37 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 38 minutes,but not more than 5 minutes after ingredients are in mixer,before any 39 part of batch is released. 40 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 41 seconds for each additional 1 cubic yard. 42 c. Provide batch ticket for each batch discharged and used in the Work, indicating 43 Project identification name and number, date, mixture type, mixture time, 44 quantity, and amount of water added. Record approximate location of final 45 deposit in structure. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 26 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Formwork 9 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301,to 10 support vertical,lateral, static, and dynamic loads, and construction loads that might 11 be applied,until structure can support such loads. 12 2. Construct formwork so concrete members and structures are of size, shape, 13 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 14 a. Vertical alignment 15 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 16 2) Outside corner of exposed corner columns and control joints in concrete 17 exposed to view less than 100 feet in height- 1/2 inch. 18 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 19 height but not more than 6 inches. 20 4) Outside corner of exposed corner columns and control joints in concrete 21 exposed to view greater than 100 feet in height - 1/2000 times the height 22 but not more than 3 inches. 23 b. Lateral alignment 24 1) Members - I inch. 25 2) Centerline of openings 12 inches or smaller and edge location of larger 26 openings in slabs - 1/2 inch. 27 3) Sawcuts,joints, and weakened plane embedments in slabs - 3/4 inch. 28 c. Level alignment 29 1) Elevation of slabs-on-grade - 3/4 inch. 30 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 31 inch. 32 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 33 d. Cross-sectional dimensions: Overall dimensions of beams,joists, and columns 34 and thickness of walls and slabs. 35 1) 12 inch dimension or less -plus 1/2 inch to minus 1/4 inch. 36 2) Greater than 12 inch to 3 foot dimension -plus 1/2 inch to minus 3/8 inch. 37 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 38 e. Relative alignment 39 1) Stairs 40 a) Difference in height between adjacent risers - 1/8 inch. 41 b) Difference in width between adjacent treads - 1/4 inch. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 26 1 c) Maximum difference in height between risers in a flight of stairs - 3/8 2 inch. 3 d) Maximum difference in width between treads in a flight of stairs - 3/8 4 inch. 5 2) Grooves 6 a) Specified width 2 inches or less - 1/8 inch. 7 b) Specified width between 2 inches and 12 inches - 1/4 inch. 8 3) Vertical alignment of outside corner of exposed corner columns and control 9 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 10 4) All other conditions - 318 inch in 10 feet. 11 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 12 as follows: 13 a. Class B, 1/4 inch for smooth-formed finished surfaces. 14 b. Class C, 1/2 inch for rough-formed finished surfaces. 15 4. Construct forms tight enough to prevent loss of concrete mortar. 16 5. Fabricate forms for easy removal without hammering or prying against concrete 17 surfaces. Provide crush or wrecking plates where stripping may damage cast 18 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 19 horizontal to I vertical. 20 a. Install keyways, reglets,recesses, and the like, for easy removal. 21 b. Do not use rust-stained steel form-facing material. 22 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 23 required elevations and slopes in finished concrete surfaces. Provide and secure 24 units to support screed strips; use strike-off templates or compacting-type screeds. 25 7. Construct formwork to cambers shown or specified on the Drawings to allow for 26 structural deflection of the hardened concrete. Provide additional elevation or 27 camber in formwork as required for anticipated formwork deflections due to weight 28 and pressures of concrete and construction loads. 29 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 30 caps, walls, and columns straight and to the lines and grades specified. Do no earth 31 form foundation elements unless specifically indicated on the Drawings. 32 9. Provide temporary openings for cleanouts and inspection ports where interior area 33 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 34 securely braced to prevent loss of concrete mortar. Locate temporary openings in 35 forms at inconspicuous locations. 36 10. Chamfer exterior corners and edges of permanently exposed concrete. 37 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 38 bulkheads required in the Work. Determine sizes and locations from trades 39 providing such items. 40 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 41 sawdust, dirt, and other debris just before placing concrete. 42 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 43 leaks and maintain proper alignment. 44 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 45 written instructions,before placing reinforcement, anchoring devices, and 46 embedded items. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 26 1 a. Do not apply form release agent where concrete surfaces are scheduled to 2 receive subsequent finishes which may be affected by agent. Soak contact 3 surfaces of untreated forms with clean water. Keep surfaces wet prior to 4 placing concrete. 5 B. Embedded Items 6 1. Place and secure anchorage devices and other embedded items required for 7 adjoining work that is attached to or supported by cast-in-place concrete. Use 8 setting drawings,templates, diagrams, instructions, and directions furnished with 9 items to be embedded. 10 a. Install anchor rods, accurately located, to elevations required and complying 11 with tolerances in AISC 303, Section 7.5. 12 1) Spacing within a bolt group: 1/8 inch 13 2) Location of bolt group (center): '/2 inch 14 3) Rotation of bolt group: 5 degrees 15 4) Angle off vertical: 5 degrees 16 5) Bolt projection: ± 3/8 inch 17 b. Install reglets to receive waterproofing and to receive through-wall flashings in 18 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 19 shelf angles, and other conditions. 20 C. Removing and Reusing Forms 21 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 22 compressive strength. 23 2. General: Formwork for sides of beams,walls, columns, and similar parts of the 24 Work that does not support weight of concrete may be removed after cumulatively 25 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 26 concrete is hard enough to not be damaged by form-removal operations and curing 27 and protection operations are maintained. 28 a. Leave formwork for beam soffits,joists, slabs, and other structural elements 29 that supports weight of concrete in place until concrete has achieved at least 70 30 percent of its 28-day design compressive strength. 31 b. Do not remove formwork supporting conventionally reinforced concrete until 32 concrete has attained 70 percent of its specified 28 day compressive strength as 33 established by tests of field cured cylinders. In the absence of cylinder tests, 34 supporting formwork shall remain in place until the concrete has cured at a 35 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 36 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 37 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 38 listed time period. Formwork for 2-way conventionally reinforced slabs shall 39 remain in place for at least the minimum cumulative time periods specified for 40 1-way slabs of the same maximum span. 41 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 42 removal. Reshores shall remain until the concrete has attained the specified 28 43 day compressive strength. CITY OF FORT WORTH WESTSIDE 11I/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 26 1 d. Minimum cumulative curing times may be reduced by the use of high-early 2 strength cement or forming systems which allow form removal without 3 disturbing shores, but only after the Contractor has demonstrated to the 4 satisfaction of the Engineer that the early removal of forms will not cause 5 excessive sag, distortion or damage to the concrete elements. 6 e. Completely remove wood forms. Provide temporary openings if required. 7 f. Provide adequate methods of curing and thermal protection of exposed concrete 8 if forms are removed prior to completion of specified curing time. 9 g. Reshore areas required to support construction loads in excess of 20 pounds per 10 square foot to properly distribute construction loading. Construction loads up 11 to the rated live load capacity may be placed on unshored construction provided 12 the concrete has attained the specified 28 day compressive strength. 13 h. Obtaining concrete compressive strength tests for the purposes of form removal 14 is the responsibility of the Contractor. 15 i. Remove forms only if shores have been arranged to permit removal of forms 16 without loosening or disturbing shores. 17 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 18 delaminated, or otherwise damaged form-facing material will not be acceptable for 19 exposed surfaces. Apply new form-release agent. 20 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 21 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 22 exposed concrete surfaces unless approved by Engineer. 23 D. Shores and Reshores 24 1. The Contractor is solely responsible for proper shoring and reshoring. 25 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 26 and reshoring. 27 a. Do not remove shoring or reshoring until measurement of slab tolerances is 28 complete. 29 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 30 Locate and provide adequate reshoring to support construction without excessive 31 stress or deflection. 32 E. Steel Reinforcement 33 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 34 reinforcement. 35 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 36 before placing concrete. 37 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 38 materials that would reduce bond to concrete. 39 3. Accurately position, support, and secure reinforcement against displacement. 40 Locate and support reinforcement with bar supports to maintain minimum concrete 41 cover. Do not tack weld crossing reinforcing bars. 42 a. Weld reinforcing bars according to AWS DI A,where indicated. Only steel 43 conforming to ASTM A706 may be welded. 44 4. Installation tolerances 45 a. Top and bottom bars in slabs, girders, beams and joists: 46 1) Members 8 inches deep or less: f3/8 inch CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 26 1 2) Members more than 8 inches deep: +1/2 inch 2 b. Concrete Cover to Formed or Finished Surfaces: +3/8 inches for members 8 3 inches deep or less;+1/2 inches for members over 8 inches deep, except that 4 tolerance for cover shall not exceed 1/3 of the specified cover. 5 5. Concrete Cover 6 a. Reinforcing in structural elements deposited against the ground: 3 inches 7 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 8 c. Grade beams and exterior face of formed walls and columns exposed to 9 weather or in contact with the ground: 2 inches 10 d. Interior faces of walls: 1 inches 11 e. Slabs: 3/4 inches 12 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 13 with ACI 318 for minimum lap of spliced bars where not specified on the 14 documents. Do not lap splice no. 14 and 18 bars. 15 7. Field Welding of Embedded Metal Assemblies 16 a. Remove all paint and galvanizing in areas to receive field welds. 17 b. Field Prepare all areas where paint or galvanizing has been removed with the 18 specified paint or cold galvanizing compound, respectively. 19 F. Joints 20 1. General: Construct joints true to line with faces perpendicular to surface plane of 21 concrete. 22 2. Construction Joints: Install so strength and appearance of concrete are not 23 impaired, at locations indicated or as approved by Engineer. 24 a. Place joints perpendicular to main reinforcement. Continue reinforcement 25 across construction joints, unless otherwise indicated. Do not continue 26 reinforcement through sides of strip placements of floors and slabs. 27 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 28 c. Locate joints for beams, slabs,joists, and girders in the middle third of spans. 29 Offset joints in girders a minimum distance of twice the beam width from a 30 beam-girder intersection. 31 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 32 beams, and girders and at the top of footings or floor slabs. 33 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 34 with walls, near corners, and in concealed locations where possible. 35 f. Use a bonding agent at locations where fresh concrete is placed against 36 hardened or partially hardened concrete surfaces. 37 3. Doweled Joints: Install dowel bars and support assemblies at joints where 38 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 39 bonding to 1 side of joint. 40 G. Waterstops 41 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 42 form a continuous diaphragm. Install in longest lengths practicable. Support and 43 protect exposed waterstops during progress of the Work. Field fabricate joints in 44 waterstops according to manufacturer's written instructions. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 26 1 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 2 locations indicated, according to manufacturer's written instructions, adhesive 3 bonding, mechanically fastening, and firmly pressing into place. Install in longest 4 lengths practicable. 5 H. Adhesive Anchors 6 1. Comply with the manufacturer's installation instructions on the hole diameter and 7 depth required to fully develop the tensile strength of the adhesive anchor or 8 reinforcing bar. 9 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 10 loose material from the hole,prior to installing adhesive material. 11 1. Concrete Placement 12 1. Before placing concrete, verify that installation of formwork, reinforcement, and 13 embedded items is complete and that required inspections have been performed. 14 2. Do not add water to concrete during delivery, at Project site, or during placement 15 unless approved by Engineer. 16 3. Before test sampling and placing concrete, water may be added at Project site, 17 subject to limitations of ACI 301. 18 a. Do not add water to concrete after adding high-range water-reducing 19 admixtures to mixture. 20 b. Do not exceed the maximum specified water/cement ratio for the mix. 21 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 22 that no new concrete will be placed on concrete that has hardened enough to cause 23 seams or planes of weakness. If a section cannot be placed continuously, provide 24 construction joints as indicated. Deposit concrete to avoid segregation. 25 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 26 pressures, 15 feet maximum and in a manner to avoid inclined construction 27 joints. 28 b. Consolidate placed concrete with mechanical vibrating equipment according to 29 ACI 301. 30 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 31 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 32 layer and at least 6 inches into preceding layer. Do not insert vibrators into 33 lower layers of concrete that have begun to lose plasticity. At each insertion, 34 limit duration of vibration to time necessary to consolidate concrete and 35 complete embedment of reinforcement and other embedded items without 36 causing mixture constituents to segregate. 37 d. Do not permit concrete to drop freely any distance greater than 10 feet for 38 concrete containing a high range water reducing admixture (superplasticizer) or 39 5 feet for other concrete. Provide chute or tremie to place concrete where longer 40 drops are necessary. Do not place concrete into excavations with standing 41 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 42 with its outlet near the bottom of the place of deposit. 43 e. Discard pump priming grout and do not use in the structure. 44 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 45 within limits of construction joints, until placement of a panel or section is 46 complete. CITY OF FORT WORTH WESTSIDE IIVIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-20 CAST-IN-PLACE CONCRETE Page 20 of 26 1 a. Consolidate concrete during placement operations so concrete is thoroughly 2 worked around reinforcement and other embedded items and into corners. 3 b. Maintain reinforcement in position on chairs during concrete placement. 4 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 5 d. Slope surfaces uniformly to drains where required. 6 e. Begin initial floating using bull floats or darbies to form a uniform and open- 7 textured surface plane, before excess bleedwater appears on the surface. Do not 8 further disturb slab surfaces before starting finishing operations. 9 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 10 concrete work from physical damage or reduced strength that could be caused by 11 frost, freezing actions, or low temperatures. 12 a. When average high and low temperature is expected to fall below 40 13 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 14 temperature within the temperature range required by ACI 301. 15 b. Do not use frozen materials or materials containing ice or snow. Do not place 16 concrete on frozen subgrade or on subgrade containing frozen materials. 17 c. Do not use calcium chloride, salt, or other materials containing antifreeze 18 agents or chemical accelerators unless otherwise specified and approved in 19 mixture designs. 20 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 21 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 22 placement. Chilled mixing water or chopped ice may be used to control 23 temperature, provided water equivalent of ice is calculated to total amount of 24 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 25 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 26 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 27 dry areas. 28 J. Finishing Formed Surfaces 29 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 30 with tie holes and defects repaired and patched. Remove fins and other projections 31 that exceed specified limits on formed-surface irregularities. 32 a. Apply to concrete surfaces not exposed to public view. 33 2. Related Unformed Surfaces: At tops of walls,horizontal offsets, and similar 34 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 35 texture matching adjacent formed surfaces. Continue final surface treatment of 36 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 37 indicated. 38 K. Miscellaneous Concrete Items 39 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 40 indicated, after work of other trades is in place. Mix,place, and cure concrete, as 41 specified, to blend with in-place construction. Provide other miscellaneous 42 concrete filling indicated or required to complete the Work. 43 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 44 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 45 corners, intersections, and terminations slightly rounded. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 26 1 3. Equipment Bases and Foundations: Provide machine and equipment bases and 2 foundations as shown on Drawings. Set anchor bolts for machines and equipment 3 at correct elevations, complying with diagrams or templates from manufacturer 4 furnishing machines and equipment. 5 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 6 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 7 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 8 during pouring of concrete fill. 9 4. Protective slabs("Mud slabs"): Normal weight concrete (2500 psi minimum)with a 10 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 11 L. Concrete Protecting and Curing 12 1. General: Protect freshly placed concrete from premature drying and excessive cold 13 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 14 ACI 305.1 for hot-weather protection during curing. 15 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 16 supported slabs, and other similar surfaces. If forms remain during curing period, 17 moist cure after loosening forms. If removing forms before end of curing period, 18 continue curing for the remainder of the curing period. 19 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 20 unformed surfaces, including floors and slabs, concrete floor toppings, and other 21 surfaces. 22 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 23 methods: 24 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 25 with the following materials: 26 1) Water 27 2) Continuous water-fog spray 28 3) Absorptive cover, water saturated, and kept continuously wet. Cover 29 concrete surfaces and edges with 12-inch lap over adjacent absorptive 30 covers 31 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 32 retaining cover for curing concrete, placed in widest practicable width, with 33 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 34 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 35 during curing period using cover material and waterproof tape. 36 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 37 receive floor coverings. 38 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 39 receive penetrating liquid floor treatments. 40 3) Cure concrete surfaces to receive floor coverings with either a moisture- 41 retaining cover or a curing compound that the manufacturer certifies will 42 not interfere with bonding of floor covering used on Project. 43 c. Curing Compound: Apply uniformly in continuous operation by power spray 44 or roller according to manufacturer's written instructions. Recoat areas 45 subjected to heavy rainfall within 3 hours after initial application. Maintain 46 continuity of coating and repair damage during curing period. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-22 CAST-IN-PLACE CONCRETE Page 22 of 26 1 3.5 REPAIR 2 A. Concrete Surface Repairs 3 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 4 Remove and replace concrete that cannot be repaired and patched to Engineer's 5 approval. 6 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 7 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 8 water for handling and placing. 9 3. Repairing Formed Surfaces: Surface defects include color and texture 10 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 11 projections on the surface, and stains and other discolorations that cannot be 12 removed by cleaning. 13 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 14 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 15 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 16 with water, and brush-coat holes and voids with bonding agent. Fill and 17 compact with patching mortar before bonding agent has dried. Fill form-tie 18 voids with patching mortar or cone plugs secured in place with bonding agent. 19 b. Repair defects on surfaces exposed to view by blending white portland cement 20 and standard portland cement so that, when dry, patching mortar will match 21 surrounding color. Patch a test area at inconspicuous locations to verify 22 mixture and color match before proceeding with patching. Compact mortar in 23 place and strike off slightly higher than surrounding surface. 24 c. Repair defects on concealed formed surfaces that affect concrete's durability 25 and structural performance as determined by Engineer. 26 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 27 for finish and verify surface tolerances specified for each surface. Correct low and 28 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 29 a sloped template. 30 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 31 outs,honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 32 or that penetrate to reinforcement or completely through unreinforced sections 33 regardless of width, and other objectionable conditions. 34 b. After concrete has cured at least 14 days, correct high areas by grinding. 35 c. Correct localized low areas during or immediately after completing surface 36 finishing operations by cutting out low areas and replacing with patching 37 mortar. Finish repaired areas to blend into adjacent concrete. 38 d. Repair defective areas, except random cracks and single holes 1 inch or less in 39 diameter, by cutting out and replacing with fresh concrete. Remove defective 40 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 41 inch clearance all around. Dampen concrete surfaces in contact with patching 42 concrete and apply bonding agent. Mix patching concrete of same materials 43 and mixture as original concrete except without coarse aggregate. Place, 44 compact, and finish to blend with adjacent finished concrete. Cure in same 45 manner as adjacent concrete. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-23 CAST-IN-PLACE CONCRETE Page 23 of 26 1 e. Repair random cracks and single holes 1 inch or less in diameter with patching 2 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 3 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 4 bonding agent. Place patching mortar before bonding agent has dried. 5 Compact patching mortar and finish to match adjacent concrete. Keep patched 6 area continuously moist for at least 72 hours. 7 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 8 adhesive and patching mortar. 9 6. Repair materials and installation not specified above may be used, subject to 10 Engineer's approval. 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 14 inspecting agency to perform field tests and inspections and prepare test reports. 15 B. Inspections 16 1. Steel reinforcement placement 17 2. Headed bolts and studs 18 3. Verification of use of required design mixture 19 4. Concrete placement, including conveying and depositing 20 5. Curing procedures and maintenance of curing temperature 21 6. Verification of concrete strength before removal of shores and forms from beams 22 and slabs 23 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 24 according to ASTM C172 according to the following requirements: 25 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 26 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard,plus 1 set for 27 each additional 50 cubic yard or fraction thereof. 28 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample,but 29 not less than 1 test for each day's pour of each concrete mixture. Perform additional 30 tests when concrete consistency appears to change. 31 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 32 each composite sample, but not less than 1 test for each day's pour of each concrete 33 mixture. 34 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 35 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 36 test for each composite sample. 37 5. Compression Test Specimens: ASTM C31. 38 a. Cast and laboratory cure 4 cylinders for each composite sample. 39 1) Do not transport field cast cylinders until they have cured for a 40 minimum of 24 hours. 41 6. Compressive-Strength Tests: ASTM C39; 42 a. Test 1 cylinder at 7 days. 43 b. Test 2 cylinders at 28 days. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-24 CAST-IN-PLACE CONCRETE Page 24 of 26 1 c. Hold 1 cylinder for testing at 56 days as needed. 2 7. When strength of field-cured cylinders is less than 85 percent of companion 3 laboratory-cured cylinders, evaluate operations and provide corrective procedures 4 for protecting and curing in-place concrete. 5 8. Strength of each concrete mixture will be satisfactory if every average of any 3 6 consecutive compressive-strength tests equals or exceeds specified compressive 7 strength and no compressive-strength test value falls below specified compressive 8 strength by more than 500 psi. 9 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 10 within 48 hours of testing. Reports of compressive-strength tests shall contain 11 Project identification name and number, date of concrete placement, name of 12 concrete testing and inspecting agency, location of concrete batch in Work, design 13 compressive strength at 28 days, concrete mixture proportions and materials, 14 compressive breaking strength, and type of break for both 7- and 28-day tests. 15 10. Additional Tests: Testing and inspecting agency shall make additional tests of 16 concrete when test results indicate that slump, air entrainment, compressive 17 strengths, or other requirements have not been met, as directed by Engineer. 18 Testing and inspecting agency may conduct tests to determine adequacy of concrete 19 by cored cylinders complying with ASTM C42 or by other methods as directed by 20 Engineer. 21 a. When the strength level of the concrete for any portion of the structure, as 22 indicated by cylinder tests, falls below the specified requirements,provide 23 improved curing conditions and/or adjustments to the mix design as required to 24 obtain the required strength. If the average strength of the laboratory control 25 cylinders falls so low as to be deemed unacceptable, follow the core test 26 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 27 approved by the Engineer. Core sampling and testing shall be at Contractors 28 expense. 29 b. If the results of the core tests indicate that the strength of the structure is 30 inadequate, any replacement, load testing, or strengthening as may be ordered 31 by the Engineer shall be provided by the Contractor without cost to the City. 32 11. Additional testing and inspecting, at Contractor's expense, will be performed to 33 determine compliance of replaced or additional work with specified requirements. 34 12. Correct deficiencies in the Work that test reports and inspections indicate does not 35 comply with the Contract Documents. 36 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 37 hours of finishing. 38 E. Concrete Finish Measurement and Tolerances 39 1. All floors are subject to measurement for flatness and levelness and comply with 40 the following: 41 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 42 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 43 both directions, lapping straightedge 3 feet on areas previously checked. Low 44 spots shall not exceed the above dimension anywhere along the straightedge. 45 Flatness shall be checked the next work day after finishing. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-25 CAST-IN-PLACE CONCRETE Page 25 of 26 1 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet, not to exceed 3/4 2 inches total variation, anywhere on the floor, from elevations indicated on the 3 Drawings. Levelness shall be checked on a 10 foot grid using a level after 4 removal of forms. 5 c. Measurement Standard: All floors are subject to measurement for flatness and 6 levelness, according to ASTM E1155. 7 2. 2 Tiered Measurement Standard 8 a. Each floor test section and the overall floor area shall conform to the 2-tiered 9 measurement standard as specified herein. 10 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 11 solute minimum surface profile that will be acceptable for any 1 test sample 12 (line of measurements) anywhere within the test area. 13 2) Specified Overall Value: The specified overall FF/FL values represent the 14 minimum values acceptable for individual floor sections as well as the floor 15 as a whole. 16 3. Floor Test Sections 17 a. A floor test section is defined as the smaller of the following areas: 18 1) The area bounded by column and/or wall lines 19 2) The area bounded by construction and/or control joint lines 20 3) Any combination of column lines and/or control joint lines 21 b. Test sample measurement lines within each test section shall be 22 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 23 spacing to be determined by the City's testing agency. 24 c. The precise layout of each test section shall be determined by the City's testing 25 agency. 26 4. Concrete Floor Finish Tolerance 27 a. The following values apply before removal of shores. Levelness values (FL) do 28 not apply to intentionally sloped or cambered areas, nor to slabs poured on 29 metal deck or precast concrete. 30 1) Slabs 31 Overall Value FF45/FL30 32 Minimum Local Value FF30/FL20 33 5. Floor Elevation Tolerance Envelope 34 a. The acceptable tolerance envelope for absolute elevation of any point on the 35 slab surface, with respect to the elevation shown on the Drawings, is as follows: 36 1) Slab-on-Grade Construction: f 3/4 inch 37 2) Top surfaces of formed slabs measured prior to removal of supporting 38 shores: ±3/4 inch 39 3) Top surfaces of all other slabs: f 3/4 inch 40 4) Slabs specified to slope shall have a tolerance from the specified slope of 41 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 42 any point. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 30 00-26 CAST-IN-PLACE CONCRETE Page 26 of 26 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Defective Work 5 1. Imperfect or damaged work or any material damaged or determined to be defective 6 before final completion and acceptance of the entire job shall be satisfactorily re- 7 placed at the Contractor's expense, and in conformity with all of the requirements of 8 the Drawings and Specifications. 9 2. Perform removal and replacement of concrete work in such manner as not to impair 10 the appearance or strength of the structure in any way. 11 B. Cleaning 12 1. Upon completion of the work remove from the site all forms, equipment, protective 13 coverings and any rubbish resulting therefrom. 14 2. After sweeping floors, wash floors with clean water. 15 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D. Johnson chloride-ion content 3A.C.1 —Changed 75%to 70% 22 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3 ine 6-inch depth unless otherwise 7 shown on the Drawings within the Roadway Right-of ways (Roadway ROW 8 includes medians and parkways between the curb and property line. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modify 1.1.A.1. 11 2. Modify 3.4.A.3. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 -General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 19 2. Payment 20 a. The work performed and materials furnished in accordance with this Item and 21 measured as provided under"Measurement"will be paid for at the unit price 22 bid per cubic yard of in place/tamped Topsoil. 23 b. All excavation required by this Item in cut sections shall be measured in 24 accordance with provisions for the various excavation items involved with the 25 provision that excavation will be measured and paid for once,regardless of the 26 manipulations involved. 27 3. The price bid shall include: 28 a. Furnishing Topsoil 29 b. Loading 30 c. Hauling 31 d. Placing 32 1.3 REFERENCES [NOT USED] 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 ACTION SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Topsoil 7 1. Use easily cultivated, fertile topsoil that: 8 a. Is free from objectionable material including subsoil,weeds, clay lumps,non- 9 soil materials,roots, stumps or stones larger than 1.0 inches 10 b. Has a high resistance to erosion 11 c. Is able to support plant growth 12 2. Secure topsoil from approved sources. 13 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 14 available upon request. 15 4. pH: 5.5 to 8.5. 16 5. Liquid Limit: 50 or less 17 6. Plasticity Index: 20 or less 18 7. Gradation: maximum of 10 percent passing No. 200 sieve 19 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 20 of vegetation 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Finishing of Parkways 29 1. Smoothly shape parkways, shoulders, slopes, and ditches. 30 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 31 adjacent to the roadway. 32 3. In the event that unsuitable material for right-of-ways is encountered, extend the 33 depth of excavation in the right-of-ways 6 inches and backfill with minimum 3 34 inches 6 inches of top soil. 35 4. Make standard parkway grade perpendicular to and draining to the curb line. 36 a. Minimum: 1/4 inch per foot 37 b. MAimum: 4:1 38 c. City may approve variations from these requirements in special cases. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 5. Whenever the adjacent property is lower than the design curb grade and runoff 2 drains away from the street,the right-of-ways grade must be set level with the top 3 of the curb. 4 6. The design grade from the parkway extends to the back of the walk line. 5 7. From that point(behind the walk),the grade may slope up or down at maximum 6 slope of 4:1. 7 B. Placing of Topsoil 8 1. Spread the topsoil to a uniform loose cover at the thickness specified. 9 2. Place and shape the topsoil as directed. 10 a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or 11 other accepted method) and finish a minimum of 5 feet from all flatwork. 12 b. Ensure topsoil is free from objectionable material including subsoil, weeds, 13 clay lumps, non-soil materials,roots, stumps or stones larger than 1.0 inches 14 c. No additional topsoil should be added within the critical root zone of trees. 15 3. Tamp the topsoil with a light roller or other suitable equipment. 16 3.5 REPAIR/RESTORATION] [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 3/1 1/2022 M.Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials,3.4 Installation 28 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 3292 13 3- 1 NATIVE AND WILDFLOWER SEEDING Page 1 of 6 SECTION 32 92 13.3 NATIVE GRASS AND WILDFLOWER SEEDING PART1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Furnishing and installing native grass and wildflower seeding as shown on Drawings, or as directed. B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include,but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 31 10 00—Site Clearing 4. Section 32 91 19 Topsoil 5. Section 32 84 23 -Irrigation Ordinance 18444-01-2009, Section 1, Article VII, Section 35-158 to 170 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Seeding a. Measurement 1) Measurement for this Item shall be in accordance with units specified in bid tab, complete in place for uniform vegetative coverage as shown in drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for Wildflower Seed placed for various installation methods. c. The price bid shall include: 1) Washing and removing all seed from truck or dispersal tools prior to placing Wildflower Seeds 2) Furnishing and placing Wildflower Seed 3) Furnishing and applying water for seed 4) Slurry and hydraulic mulching 5) Soil Retention Blanket, if directed to use 6) Watering (until established) 7) Disposal of surplus materials 8) Weed Removal (until established) 2. Mowing—as shown in drawings or as directed by City Park&Recreation staff. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 3292 13 3-2 NATIVE AND WILDFLOWER SEEDING Page 2 of 6 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A.Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed(PLS) b. Name and type of seed(s) 2. All seed shall be tested in a laboratory with certified results presented to the City in writing,prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within twelve (12) months of the seeding date. 4. Each seed shall be supplied in a separate, labeled container for acceptance by the City. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.The Developer/Contractor who plants material is responsible for the supervision of his crews, the site, and the maintenance of the material until the project is accepted by the City. B.Wildflowers or native grasses are not to be planted within ten(10) feet of a road or parking lot or within three (3) feet of a walkway OR as shown on drawings OR as directed by City. C.Do not use mulch. D.Do not use fertilizer on wildflower plantings(encourages weeds). 1.10 DELIVERY, STORAGE, AND HANDLING A. Seed 1. Native grass or wildflower seed to be locally sourced if possible. Seed shall be harvested from within a 200 mile radius within the state. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B.Fertilizer, if required based on soils testing 1. Do not use fertilizer with wildflower seeding(encourages weeds) 2. Provide unopened bags labeled with the analysis. 3. Conform to Texas fertilizer law. 4. Provide to City certification rate for which fertilizer was applied. 5. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. CITY OF FORT WORTH WESTSIDE 1111V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 3292 13 3-3 NATIVE AND WILDFLOWER SEEDING Page 3 of 6 1.11 FIELD [SITE] CONDITIONS A.Grading of site and installation of topsoil must be approved by City prior to application of seed 1.12 WARRANTY A. Seed to be replaced if coverage does not exceed 70 percent within forty-five(45) days from germination. PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A.Materials 1. Seed a. Native Grass Seed (as noted on drawings) 1) Plant between February 1 and October 1. 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorgastrum halapense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem 4. Sandbur(Cenchrus spinifex) 5. Invasive Spring Forbs b. Wildflower Seed(as noted on drawings) 1) Plant between March 5 through May 31 and September 1 through December 1 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorgastrum halapense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem 4. Sandbur(Cenchrus spinifex) 5. Invasive Spring Forbs c. Temporary Erosion Control Seed 1) Consist of the sowing of Annual Rye Grass see 32 92 132 for seed rate 2. Topsoil: See Section 32 91 19. 3. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. B.Equipment 1. No-till Drill or Brillion seeder 2. Hand broadcast and raked in by hand or with a tractor-drawn harrow 3. Approved seeding machine adapted for native seed 2.3 ACCESSORIES 1. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. b. As specified for sloped areas not for general use. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 3292 13 3-4 NATIVE AND WILDFLOWER SEEDING Page 4 of 6 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A.AII trucks or devices used to distribute wildflower or native grass seed to be free of any seed identified in section 2.2 A.1.a.2 3.2 EXAMINATION A.Examination of grading by City prior to installation of seed. 3.3 PREPARATION A.Surface Preparation: clear surface of all material including the following and dispose of off-site or as directed by City: 1. Stumps, stones, and other objects larger than 1-inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Scarify subgrade or till as needed 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. For simple row repair only scarify with pedestrian powered equipment to 2-inches. 2. Compacted and heavily vegetated areas may be tilled 3-inches deep with City approval a. For tilled areas, use a heavy duty disc or a chisel-type breaking plow, chisels set not more than 10-inches apart. b. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage may be up to 3-inches. 3. c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-offAreas near trees: Do not till within dripline of tree. Do not disturb root zone. C.Cleaning 1. Soil shall be further prepared by the removal of debris,building materials, rubbish, and rock 1-inch and greater, and weeds. D.Fine Grading: 1. After scarifying or tilling and cleaning, all areas to be planted shall be leveled, fine graded, and a weighted spike and harrow or float drag. The required shall be the elimination of ruts, depressions,humps, and objectionable soil clods. This shall be the final soil preparation step to be completed prior to inspection before seeding. 2. Areas near trees: Do not disturb root zone. 3.4 INSTALLATION A.Seeding 1. General a. Seed only those areas indicated on the Drawings. b. Mark each area to be seeded in the field prior to seeding for City approval. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 3292 13 3-5 NATIVE AND WILDFLOWER SEEDING Page 5 of 6 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other at application rate provided by supplier or as directed. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1-inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed ana�er-may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. Or rake, harrow. f. Roll slope areas on the contour. 4. Fertilizing: uniformly apply fertilizer over seeded area, if directed to use. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 5. Watering a. Furnish water by means of temporary metering/irrigation, water truck or by any other method necessary to achieve an acceptable stand as defined in 3.13.B. b. Water soil to a minimum depth of 4-inches within 48 hours of seeding. c. Water 0.5-inches until germination. d. Following germination, water 0.5-inches 3 times a week until acceptance. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Seeding 1. Water until completion and final acceptance of the Project. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Grasses and Wildflowers will be accepted once fully established. a. Seeded area must have 70 percent growth to a minimum height of 3-inches. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 32 92 13 3-6 NATIVE AND WILDFLOWER SEEDING Page 6 of 6 1) Do not mow new wildflower growth. 2) Do not mow native grasses shorter than 4-inches. b. Ground surface to be smooth and free of foreign material and rocks or clods f- inch diameter or greater. B.Rejection 1. City may reject seeded area based on the following items,but not limited to: a. WEED POPULATIONS b. POOR INSTALLTION c. LACK OF COVERAGE d. INSUFFICIENT OR OVER WATERING e. SEEDS NOT PERMITTED (as identified in section 2.2 A.l.a.2) 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 PROJECT DATE:AUGUST 2022 3301 32-1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION OF WATER TRANSMISSION MAINS Page 1 of 3 1 SECTION 33 0132 2 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION 3 OF WATER TRANSMISSION MAINS 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Requirements and procedures for Closed Circuit Television(CCTV) Inspection of 8 water transmission mains. 9 B. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Post-CCTV Inspection 16 1. Measurement 17 a. Measurement for this Item will be by the linear foot of line televised for CCTV 18 Inspection performed following flushing of the water transmission main. 19 2. Payment 20 a. Unit Price—The work performed and the materials furnished in accordance 21 with this Item are subsidiary to the unit price bid per linear foot of water pipe 22 complete in place, and no other compensation will be allowed. 23 3. The price bid shall include: 24 a. Mobilization 25 b. Digital file 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Water Transmission Mains 30 a. Meet with City of Fort Worth Water Department staff to confirm that the 31 appropriate equipment is being used and that it has been properly disinfected 32 prior to installing in a potable water main. 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 PROJECT DATE:AUGUST 2022 33 01 32-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION OF WATER TRANSMISSION MAINS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post-CCTV submittals 4 1. 2 copies of CCTV video results on DVD or USB Hard Drive 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. CCTV Equipment 16 1. Disinfect equipment with a diluted bleach solution prior to inserting into water 17 transmission main. 18 2. Use equipment specifically designed and constructed for such inspection. 19 3. Use equipment designed to operate in 100 percent humidity conditions. 20 4. Use equipment with a pan(f270 degrees), tilt, and rotates (360 degrees). 21 5. Use camera with an accurate footage counter that displays on the monitor the 22 distance of the camera(to the nearest 1/10 foot) from the centerline of the starting 23 manhole. 24 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 25 7. Provide color video. 26 3.4 INSPECTION (CCTV) 27 A. General 28 1. Begin inspection immediately after flushing of the water transmission main in 29 accordance with Section 33 04 40. 30 2. Move camera through the line in either direction at a moderate rate, stopping when 31 necessary to permit proper documentation of a defect or debris lodged within the 32 pipe. 33 3. Do not move camera at a speed greater than 30 feet per minute. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 33 01 32-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION OF WATER TRANSMISSION MAINS Page 3 of 3 1 4. Use manual winches, power winches, TV cable, and power rewinds that do not 2 obstruct the camera view, allowing for proper evaluation. 3 5. During investigation stop camera at each defect along the main. 4 a. Record the nature, location and orientation of the defect or lodged debris. 5 6. Pan and tilt the camera to provide additional detail at: 6 a. Joints 7 b. Outlets 8 c. Valves 9 d. Visible pipe defects such as cracked lining, obstructions or debris 10 7. Provide accurate distance measurement. 11 a. The meter device is to be accurate to the nearest 1/10 foot. 12 8. CCTV inspections are to be continuous. 13 a. Do not provide a single segment of main in more than one file. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING 20 A. Upon completion of CCTV activities, remove lodged debris and remedy any defects 21 found in the water transmission main prior to hydrostatic testing, disinfection, or 22 bacteriological testing in accordance with Section 33 04 40. 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 PROJECT DATE:AUGUST 2022 33 04 10-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 1 SECTION 33 04 10 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of. 7 a= Concrete cylinder pipe 8 b. Met4af eeated steel pipe 9 gib.Dielectrically coated steel pipe 10 d-c.Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing pining 13 b. 1 ate;aIs 14 e.b.Cased crossings 15 d. gels 16 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None:Updated for project specific requirements 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 —General Requirements 23 3. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. When a pay item for Cathodic Protection exists: 27 a. Measurement 28 1) This Item is subsidiary to Cathodic Protection construction. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the lump sum price bid for"Cathodic Protection" for each 32 material of utility pipe bid, and no other compensation will be allowed. 33 2. When a pay item for Cathodic Protection does not exist: 34 a. Measurement 35 1) Measurement for this Item is by lump sum. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the 39 lump sum price bid for"Joint Bonding and Electrical Isolation". 40 3. The price bid shall include: CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 1 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 2 the Drawings 3 b. Mobilization 4 c. Excavation 5 d. Furnishing,placement, and compaction of backfill 6 e. Field welding 7 f. Connections 8 g. Adjustments 9 h. Testing 10 1. Clean-up 11 j. Start-up/Commissioning 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. ASTM International (ASTM). 18 3. American Water Works Association(AWWA): 19 a. C207, Steel Pipe Flanges for Waterworks Service- Sizes 4 IN through 144 IN. 20 4. NACE International (MACE). 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 25 specials. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Manufacturer's catalog cut sheets shall be submitted for each item. 29 a. Include the manufacturer's name and provide sufficient information to show 30 that the materials meet the requirements of the Contract Documents for: 31 1) Flange Isolation 32 2) Bonding Clips for Concrete Cylinder Pipe 33 3)_ eThermite welding materials 34 4) Bond Wire 35 3�5) Weld Cags 36 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 37 identify the item proposed. 38 B. Test and Evaluation Reports 39 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the 40 City for approval prior to backfilling. 41 2. Record results for bonded joint testing and submit to City for approval prior to 42 backfilling. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 33 04 10-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 3. Record results for the continuity test for casing to carrier pipe and submit to the 2 City for approval prior to backfilling. 3 1.7 CLOSEOUT SUBMITTALS 4 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 5 shall be submitted to the City. 6 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 16 include,but are not limited to, the following: 17 1. Electrical continuity bonds 18 2. Flange isolation assemblies 19 3. Casing spacers 20 4. Casing end seals 21 B. Electrical Continuity Bonds 22 1. Applications for Electrical Continuity Bonding include the following: 23 a. Bonding across bolted joint assemblies 24 b_Bonding across gasketed joint assemblies 25 c. Bonding across bell&spigot joint assemblies 26 2. Thermite Weld Materials 27 a. Charges and Molds-Thermite molds and charges shall be used. Charges and 28 mold size shall be as specified by Erico,Thermoweld or approved equal,for the 29 specific surface configuration. 30 3. Weld Caps/Coating Weld Coating- 31 a. Coating for welds shall be Kop-Coat as manufactured by Carboline or Royston 32 Hand�Caps(capsprefilled with mastic)or approved equal 33 b. Weld Cap-The coated weld shall be covered with a plastic weld cap. 34 4. Bond Wire 35 b:a.Bond wire shall be 7 stranded copper cable.#2 AWG with THHN insulation, 36 minimum length 18"per bond. 37 C. Flange Isolation CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1 1. Required applications of dielectric flange isolation assemblies include,but are not 2 limited to, selected locations where new piping is mechanically connected to 3 existing piping. (should be existing,but shall be maintained and protected) 4 2. Gasket 5 a. Isolating and seal gasket 6 b. G-10 Epoxy Glass material 7 c. Full face 8 d. 1/8-inch thickness 9 e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. 10 f. NSF 61 certified 11 g. A minimum of 800 volts/mil dielectric strength is required. 12 h. Flange shall seal for the test pressure without leaking. 13 3. Sleeves 14 a. Provide full length mylar sleeves. 15 4. Washers 16 a. Provide double G-10 washer sets. 17 D. Casing Spacers 18 1. For piping installed in tunnels or cased crossings,install casing spacers between the 19 piping and the casing or tunnel liner to provide electrical isolation in accordance 20 with Section 33 05 24. 21 E. Casing End Seals 22 1. See Section 33 05 24 for casing end seals. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Preparation of Concrete Pipe for Bonding 30 1. General 31 a. Fabrication 32 1) Use concrete pipe for this project that has been fabricated in such a manner 33 as to establish electrical continuity between metallic components of pipe 34 and joints. 35 b. Acceptable Methods 36 1) Establish electrical continuity as indicated in the Contract Documents. 37 2. Criteria for Electric Continuity 38 a. Tensile Wire 39 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 40 between any wire and steel joint ring at end of pipe farthest from that wire. 41 2) Manufacturer is to report values obtained and method of measurement. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 10-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 b. Internal Pipe Joint Components 2 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 3 any component and steel pipe cylinder. 4 3. Tensile Wire Continuity 5 a. Establish continuity between tensile wire coils and steel cylinder on embedded 6 cylinder type pre-stressed pipe by tightly wrapping tensile wire over longitudinal 7 mild steel straps during pipe manufacture. 8 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 9 pipe. 10 1) These straps must maintain electrical continuity between metallic 11 components. 12 c. Use steel straps made of mild steel and free of grease, mill scale or other high 13 resistance deposits. 14 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 15 fasteners of suitable dimensions placed between steel cylinder and longitudinal 16 straps. 17 1) Connect fasteners so as to remain intact during pipe fabrication process. 18 4. Steel Cylinder Continuity 19 a. Establish continuity of all joint components and steel cylinder. 20 1) These components include anchor socket brackets, anchor socket, spigot 21 ring and bell ring. 22 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 23 between components,tack weld component to provide electrical continuity. 24 B. Preparation of Steel Pipe for Bonding 25 1. Bonding wires are not required for welded steel pipe. 26 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 27 as shown on the Drawings. 28 C. Preparation of Ductile Iron Pipe for Bonding 29 1. Install insulated bond wires as shown on the Drawings. 30 D. Electrical Bond Wires 31 1. Electrical bond wires are to be a minimum No. 24 AWG, 7 stranded, copper cable 32 with THHN insulation. 33 2. Remove 1 inch of T44U r-insulation from each end of the bond wire. 34 3. Thennite weld the bond wires to the pipeline. 35 4. Provide the minimum number of bond wires as shown on Drawings for steel or 36 ductile iron pipe. 37 E. Electrical Bond Clip 38 1. Weld 3 ASTM A366 steel bonding clips, each approximately 0.13 inches thick, 2.5 39 inches long, and 1.25 inches wide,with 1/8-inch fillet welds to the bell and spigot 40 of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed 41 joints. 42 2. Manufacture clips to maintain continuity regardless of small deflections of finished 43 joints. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 33 04 10-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 1 3.4 INSTALLATION 2 A. Installation of Electrical Continuity Bonds by Thermite Welding 3 1. Inspection 4 a. Use continuous bond wires with no cuts or tears in the insulation covering the 5 conductor. 6 2. General 7 a. Attach bond wires at required locations by thermite welding process. 8 3. Thermite Welding Methods 9 a. Perform thermite welding of bond wires to piping in the following manner: 10 1) Clean and dry pipe to which the wires are to be attached. 11 2) Use grinding wheel or file to remove all coating, mill scale, oxide,grease 12 and dirt from an area approximately 3 inches square. 13 a) Grind surface to bright metal. 14 3) Remove approximately 1 inch of insulation from each end of wire to be 15 thermite welded to pipe exposing clean, oxide-free copper for welding. 16 4) Select proper size thermite weld mold as recommended by manufacturer. 17 Place wire or strap between graphite mold and the prepared metal surface. 18 5) Place metal disk in bottom of mold. 19 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 20 spread ignition powder over charge. 21 7) Close mold cover and ignite starting powder with flint gun. 22 8) After exothermic reaction, remove thermite weld mold and gently strike 23 weld with a hammer to remove weld slag. 24 9) Pull on wire or strap to assure a secure connection. 25 10) If weld is not secure or the bond breaks,repeat procedure with new wire. 26 11) If the weld is secure, coat all bare metal and weld metal with Stepaq CZ 27 weld coating and protective cap. 28 4. Post-Installation Thermite Weld Inspection 29 a. Contractor is responsible for all testing. 30 b. All testing is to be performed by or under the supervision of certified NACE 31 personnel. 32 c. Visually examine each thermite weld connection for strength and suitable 33 coating prior to backfilling. 34 d. Measure resistance through selected bonded joints with a digital low resistance 35 ohmmeter(DLRO). 36 1) Resistance of 0.001 ohms or less is acceptable. 37 2) If the above procedure indicates a poor quality bond connection, reinstall 38 the bond. 39 3) Record results and submit to the City for approval prior to backfilling. 40 5. Backfilling of Bonded Joints 41 a. Perform backfilling of bonded piping in manner that prevents damage to the 42 bonds and all connections to the metallic structures. 43 b. Use appropriate backfill material to completely cover the electrical bond. 44 c. Provide protection so that future construction activities in the area will not 45 destroy the bonded connections. 46 d. If construction activity damages a bonded connection, install new bond wire. 47 B. Installation of Pipeline Flange Isolation Devices CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1 1. Placement 2 a. Install isolation joints at the locations shown on the Drawings. 3 2. Assembly 4 a. Place gasket, sleeves and washers as recommended by the manufacturer. 5 b. Follow manufacturer's recommendations for even tightening to proper torque. 6 3. Testing 7 a. Immediately after an electrical isolation fitting has been installed, contact the 8 City to perform testing for electrical isolation effectiveness. 9 4. Painting 10 a. Do not use metal base paints on electrical isolation devices. 11 5. Encapsulation 12 a. Encapsulate below-grade isolation joints with the Denso Densyl Tape system 13 after the isolation joint has been tested for effectiveness. 14 C. Installation of Casing Spacers 15 1. Casing spacers shall be installed in accordance with Section 33 05 24. 16 D. Installation of End Seals 17 1. End seals shall be installed in accordance with Section 33 05 24. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Testing of Joint Continuity Bonds and Isolation Joints 22 1. After the completion of the continuity bonding of individual joints,but before the 23 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 24 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 25 portable 12-volt battery and a driven ground rod. The battery shall be connected 26 such that the positive terminal is connected to the ground rod and the negative 27 terminal is connected to the pipe section under test. The magnitude of test current is 28 not important as long as it causes a change in pipe-to-soil potential on the section of 29 pipe that is in the test current circuit. 30 3. The pipe-to-soil potential shall be measured on each side of the isolation joint using 31 a high impedance voltmeter and portable copper/copper sulfate reference electrode 32 with the test current"on" and"off. 33 4. A joint is considered electrically continuous if the"on" and"off potentials are the 34 same on either side of the joint under test. 35 5. This same procedure shall be used to test individual isolation joints except that the 36 joint is considered effective if the pipe-to-soil potential is not the same when 37 measured on each side of the joint when the test current is "on". 38 6. Record results and submit in accordance with this Specification. 39 B. Casing to Carrier Pipe Isolation Tests 40 1. Immediately after the pipe has been installed in the casing, but prior to connecting 41 the line, make pipe available for testing and contact the City to perform an electrical 42 continuity test to determine that the casing is electrically isolated from the pipeline. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 1 2. The continuity test shall be fully documented and approved by the City prior to 2 backfilling. 3 3. Record results and submit in accordance with this Specification. 4 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 5 shall be immediately investigated and the situation remedied. 6 5. Under no circumstances shall a shorted casing be backfilled. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.0-Modified material specifications for gaskets,sleeves and washers 16 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330411 -1 CORROSION CONTROL TEST STATIONS Page 1 of 7 1 SECTION 33 04 11 2 CORROSION CONTROL TEST STATIONS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Test station materials and installation requirements, as shown on the Drawings, at: 7 a. Foreign pipeline crossings 8 b. Cased crossings 9 c. Below-grade pipeline electrical isolation joints 10 d. Magnesium anode bed locations 11 2. Required applications of corrosion control test stations include locations where 12 future testing is anticipated for the following reasons: 13 a. Testing to determine the effectiveness of the installed Cathodic Protection 14 systems and to allow for startup adjustments 15 b. Testing to determine interference effects from and on adjacent or crossing 16 foreign underground structures 17 c. Testing to determine sources and magnitude of stray DC currents and required 18 mitigative measures 19 d. Periodic monitoring to determine status of existing Cathodic Protection 20 systems, stray current and foreign line influence 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. Updated for project specific requirements 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 25 Contract 26 2. Division 1 —General Requirements 27 3. Section 33 04 12—Magnesium Anode Cathodic Protection System 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Measurement 31 a. This Item is considered subsidiary to the Cathodic Protection construction. 32 2. Payment 33 a. The work performed and the materials furnished in accordance with this Item 34 are subsidiary to the lump sum price bid for"Cathodic Protection"for each 35 material of utility pipe bid, and no other compensation will be allowed. 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 7 1 2. NACE International (MACE). 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Submit product data for all components of the Corrosion Control Test Stations. 10 Data submitted shall include: 11 a. Test Station 12 b. Wiring 13 c. Splicing materials 14 d. Thermite weld materials 15 e. Weld coatings 16 1.7 CLOSEOUT SUBMITTALS 17 A. Structure-to-soil potential data shall be submitted to the City. 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Certifications 21 1. Provide manufacturer's certifications that all components of the corrosion control 22 system meet the requirements of the Contract Documents. 23 a. The certification shall reference the applicable Section of the Specifications and 24 the applicable standard details. 25 B. Inspection 26 1. The City may, at its own cost,inspect the Cathodic Protection materials prior to, or 27 during, installation. 28 C. Drawings 29 1. The drawings for the corrosion control test stations are diagrammatic and shall not 30 be scaled for exact locations,unless scales are explicitly stated on the specific 31 drawing. 32 2. Field conditions, conflicts with other utilities or mechanical and structural features 33 shall determine exact locations. 34 3. Contractor shall note other existing utilities in the area and during excavation, shall 35 not damage these utilities. 36 4. Any damaged utilities shall be repaired to the satisfaction of the City at the 37 Contractor's expense. 38 1.10 DELIVERY,STORAGE, AND HANDLING 39 A. Delivery CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 11-3 CORROSION CONTROL TEST STATIONS Page 3 of 7 1 1. Coordinate the delivery of test station materials. 2 B. Storage and Handling Requirements 3 1. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 C. Packaging Waste Management 6 1. Dispose of waste materials properly and remove from job site after installation is 7 complete. 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Flush Mount Test Stations 14 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 15 on the Drawings. 16 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott 17 Manufacturing Company or approved equal. 18 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 19 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 20 iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved 21 equal. 22 5. Install a marker sign adjacent to all flush-mounted test stations. 23 B. Above-Grade Test Stations 24 1. At test station locations where flush mounted structures cannot be installed, or 25 where stated on Drawings, an above-grade test station shall be used, and placed 26 such that possible damage from vandalism, traffic, etc. is minimized. 27 2. The test station shall be a 7 terminal 'Big Fink" as manufactured by Cott 28 Manufacturing or approved equal. 29 3. The "Big Fink"test station shall be mounted on a 5 foot length of 3-inch diameter 30 UV-resistant plastic conduit in pepula4ed1,,,.4iei. and mounted an a 5 feet length 31 of 3 ineh .1:a fflete-, r^t^ filled ga!N,n izeE stool , .i"it i 1.,w Population 32 16eatiORS. 33 4. The test station shall be installed adjacent to a permanent structure, if available, for 34 physical protection. 35 a. If exposed to traffic, provide a frangible base for test station. 36 5. The interior of the test station conduit shall be filled with Portland cement concrete 37 after the installation of the test and bond wires. 38 6. The test station conduit shall be installed with a 24 ineh x 24 inch x 6 ineh 12 inch 39 diameter concrete pA foundation as shown on the Drawings. 40 C. Permanent Reference Electrodes CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 3304 11-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 2 membrane ceramic cell in a geomembrane package as manufactured by Corrpro 3 Companies,Inc. or approved equal. 4 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 5 suitable length to attach to the terminal board of the test station. 6 D. Test Station Lead Wires 7 1. Test station lead wires of all sizes shall have TW, THW, or TIE-IN insulation as 8 shown on the Drawings. 9 2. Insulation type shall be color coded based upon connection to underground 10 structures. 11 a. Protected pipeline: white 12 b. Foreign structures: red 13 c. Steel casings: yellow 14 d. Permanent reference cells: blue 15 e. Anode header cable: black(HMWPE) 16 f. Unprotected or existing pipeline: black(HMWPE) 17 3. Test station lead wires shall be terminated on the test station terminal board 18 utilizing crimped on solderless ring terminals. 19 4. All terminal boards shall be wired by the installer as shown on the Drawings. 20 E. Thermite Weld Equipment 21 1. Charges and Molds 22 a. Weld charges and mold size shall be specified by the manufacturer for the 23 specific surface configuration. 24 b. Use only the correct charges for the specific application. 25 c. Welding charges and molds shall be Erico,Cadweld or Continental Industries 26 Thermoweld. 27 2. Weld Caps/Coating Weld Coating- 28 a. Coating for welds shall be Kop-Coat as manufactured by Carbollne or 29 Royston Handy Caps(caps prefilled with mastic) 30 b. Weld Cap-The coated weld shall be covered with a plastic weld cap. 31 a. Coat weld with Stepaq QZ tape or-approved equal 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 APPLICATION/INSTALLATION 39 1. Install test stations at each of the locations scheduled on the Drawings. At a 40 minimum,test stations are required at each of the following locations: 41 a. At all major underground metallic pipeline crossings CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 11 -5 CORROSION CONTROL TEST STATIONS Page 5 of 7 1 b. At all cased crossings and tunnels (both ends) 2 c. At all underground isolation flanges 3 d. At all magnesium anode ground bed locations 4 B. General 5 1. Install test stations at locations indicated on Drawings. 6 a. If a flush mounted test station is not feasible in a particular location, then an 7 above-grade test station may be used, subject to approval by the City or its 8 designated representative. 9 2. Use continuous test station lead wires without cuts or tears in the insulation. 10 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. 11 a. If the pipe is installed under a road,place the test station at the curb for easy 12 access. 13 4. Attach test lead wires to the pipe by thermite welding. 14 5. Attach test wires to the pipe prior to backfilling. 15 6. Use color coded test wires as indicated on the Contract Documents. 16 7. Wire test station terminal board configurations as shown on the Drawings. 17 8. At foreign pipeline crossing test stations: 18 a. Notify the owners of the pipeline and obtain permission before the test leads are 19 connected to their pipeline. 20 b. The foreign pipeline owner should have a representative present. 21 c. Contractor shall not install lead wires or bond wires on foreign pipelines. 22 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 23 document owner's refusal and install potential test station on water main. 24 e. Document the owner's contact name, phone number, email address and date of 25 contact. 26 f. Submit documentation to the City or its designated representative. 27 C. Flush-Mount Test Stations 28 1. Install as shown on the Drawings. 29 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 30 and to prevent damage to the leads during backfilling. 31 a. Additional slack shall be left to allow for withdrawal of the terminal board a 32 minimum of 18 inches above the top of the precast concrete traffic box for test 33 purposes. 34 3. Install with permanent copper sulfate reference electrodes where indicated on the 35 Drawings. 36 a. Install permanent reference electrode approximately 6 inches from the pipe. 37 b. Compact native soil by hand around the electrode. 38 c. The balance of the backfill shall be select granular backfill material. 39 d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 40 4. Set test stations installed outside areas of permanent paving materials in a Portland 41 cement concrete pad. 42 a. The concrete pad shall be a minimum of 24 inches square and no less than 6 43 inches thick. 44 D. Above-Grade Test Stations CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 11-6 CORROSION CONTROL-TEST STATIONS Page 6 of 7 1 1. Install above-grade test stations where a fl,,s>, fneunted test station eannat be 2 located indicated on Drawings. 3 2. Use and location of above-grade test stations shall be approved by the City or its 4 designated representative. 5 3. Locate test station adjacent to a permanent structure(e.g. a power pole), if 6 available, for physical protection. 7 4. Coil sufficient slack beneath the test station to allow for soil settlement and to 8 prevent damage to the leads during backfilling. 9 5. Pour a 24 inch� 24 ine * 6 ine 12 inch diameter concrete pad foundation 10 around the test station conduit as shown on Drawings. 11 6. Fill�he inter4of of the 3 ifieh above grade test statiaii steel galvaflized eandait with 13 E. Test Lead Wire Attachment 14 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and 15 ductile iron pipelines as shown on Drawings. 16 a. See Dr-awings 17 2. The pipe to which the wires are to be attached shall be clean and dry. 18 3. When connecting directly to the pipe,use a grinding wheel or file to remove all 19 coating, mill scale, oxide, grease and dirt from an area approximately 3 inches 20 square. 21 a. Grind the surface to bright metal. 22 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 23 insulation removed from each end, exposing clean,oxide-free copper for welding. 24 5. Using the proper size thermite weld mold as recommended by the manufacturer, 25 place the wire between the graphite mold and the prepared metal surface. 26 a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller 27 wires. 28 6. Place the metal disk in the bottom of the mold. 29 7. Pour the thermite weld charge into the mold. 30 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 31 9. Close the mold cover and ignite the starting powder with a flint gun. 32 10. After the exothermic reaction, remove the thermite weld mold and gently strike the 33 weld with a hammer to remove the weld slag. 34 11. Pull on the wire to assure a secure connection. 35 12. If the weld is not secure or the wire breaks, repeat the procedure. 36 13. If the weld is secure, coat all bare metal and weld metal with Sta 1 r ?*are 37 bitumastic coating and protective cap. 38 F. Post Installation Backfilling of Test Station—Lead Wires 39 1. Protect test station wires to prevent damage to the wire insulation and conductor 40 integrity during backfilling. 41 2. After completion of the backfilling of the test wires to the pipe,verify the 42 connection by measuring and recording a pipe-to-soil potential. 43 3. Replace any test wire found to have a high resistance connection. CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 11 -7 CORROSION CONTROL TEST STATIONS Page 7 of 7 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. All test stations shall be visually inspected during the final walk through. 5 B. Materials or installation work not conforming to the requirement of this Specification 6 shall be replaced or repaired to the City's satisfaction. 7 C. Damaged or missing test station components shall be replaced by equal components. 8 3.8 SYSTEM STARTUP 9 A. Commissioning 10 1. Native state structure-to-soil potentials shall be acquired along the water main and 11 submitted to the City. 12 B. Method 13 1. Measure native state structure-to-soil potentials along the water line using a 14 portable reference electrode at the following locations: 15 a. Each test station 16 b. Above grade pipeline appurtenances 17 c. Test stations on foreign pipelines crossing or parallel to the water main. 18 2. Verify that all electrical isolation devices are operating properly including flange 19 isolators and casing spacers. 20 C. Contractor is responsible for all testing. 21 D. All testing is to be done by or under the supervision of certified NACE personnel. 22 E. Record results and submit in accordance with this Specification. 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Refer to Section 33 04 12. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.D.2—revised insulation color coding 31 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 1 SECTION 33 04 12 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include,but not be limited to the following: 9 a. Materials and installation 10 b. Post-installation survey 11 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Weight and size of anodes defined 14 2. Test Stations defined for Flush versus Pole Mounted 15 3. Depth and location of anodes defined for project specifics 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division —General Requirements 20 3. Section 33 05 26—Utility Markers/Locators 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measure 24 a. Measurement for this Item shall be by lump sum and shall include joint 25 bonding, electrical isolation and corrosion control test stations. 26 2. Payment: 27 a. The work performed and materials furnished in accordance with this Item shall 28 be paid for at the lump sum price bid for"Cathodic Protection" for each 29 material of utility pipe bid. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Anode groundbeds 33 c. Anode test stations 34 d. Excavation 35 e. Furnishing,placement, and compaction of backfill 36 f. Field welding 37 g. Connections 38 h. Adjustments 39 i. Testing 40 j. Clean-up 41 k. Start-up/Commissioning CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. AWG: American Wire Gauge 4 2. CSE: Copper/Copper Sulfate Reference Electrode 5 3. HMWPE: High Molecular Weight Polyethylene 6 B. Definitions 7 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 8 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 9 3. Cathode: The electrode of an electrochemical cell at which reduction is the 10 principal reaction. 11 4. Cathodic Polarization: The change of electrode potential in the negative direction 12 caused by direct current(DC) flow across the electrode/electrolyte interface. 13 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 14 making that surface the cathode of an electrochemical cell. 15 6. Corrosion: Degradation of a material, usually a metal,that results from a reaction 16 with its environment. 17 7. Contractor's Corrosion Control Engineer: NACE certified, licensed engineer in 18 the state of Texas, employed by a Corrosion Engineering Firm. 19 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 20 defi*installation and testing on behalf of the Contractor. 21 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 22 System. 23 10. Current: Flow of electric charge. 24 11. Electrode: A conductor used to establish contact with an electrolyte and through 25 which current is transferred to or from an electrolyte. 26 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 27 (i.e., soil or water). 28 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 29 under Cathodic Protection. 30 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 31 less active (more noble)when electrically coupled in an electrolyte. 32 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 33 current. 34 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the 35 electrolyte that is measured with reference to an electrode in contact with the 36 electrolyte. 37 17. Polarized Potential: The potential across the structure/electrolyte interface that is 38 the sum of the free corrosion potential and the cathodic polarization 39 18. Reference Electrode: An electrode whose open-circuit potential is constant under 40 similar conditions of measurement and is used to measure the relative potentials of 41 other electrodes 42 19. Stray Current: Current flow through paths other than the intended circuit. 43 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 C. Reference Standards 2 1. NACE International (NACE). 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery. 7 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Submit product data for all components of the Cathodic Protection System. Data 10 submitted shall include: 11 a. Anodes 12 b. Anode Test Stations 13 c. Wiring 14 d. Splicing Materials 15 e. Thermite Weld Materials 16 f. Weld Coatings 17 1.7 CLOSEOUT SUBMITTALS 18 A. The results of all testing procedures shall be submitted to the Engineer or the City for 19 review and approval. Testing information required includes: 20 1. Anode groundbed current outputs 21 2. Pipe-to-soil potentials 22 3. Results of interference testing 23 4. Results of electrical isolation joint tests 24 5. Operating and maintenance instructions 25 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 26 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 27 discovered during the post installation inspection. 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Qualifications 31 1. Cathodic Protection installer shall show adequate documented experience in the 32 type of Cathodic Protection work required for the project. 33 B. Certifications 34 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 35 reports that indicate that anodes meet Specifications and that all tests have been 36 performed in accordance with the applicable standards. 37 1.10 DELIVERY, STORAGE, AND HANDLING 38 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 1 B. Storage and Handling Requirements 2 1. Secure and maintain a location to store the material in accordance with Section 01 3 6600. 4 C. Packaging Waste Management 5 1. Dispose of anode and thermite weld material packaging properly and remove from 6 the job site after installation is complete. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Sacrificial Anodes - Magnesium 13 1. Magnesium Anodes 14 a. Use high potential prepackaged Magnesium Anodes with a cast anode weight 15 of 40 pounds, and a nominal 3"x 3"x 60"ingot size. 16 b. The metallurgical composition of the Magnesium Anodes shall conform to the 17 following: 18 Element Content Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum Total Magnesium Remainder 19 20 2. Magnesium Anode Current Capacity 21 a. Magnesium Anodes require a current capacity of no less than 500 amp-hours 22 per pound of magnesium. 23 3. Anode Backfill Material 24 a. Use chemical backfill material around all galvanic anodes. 25 b. Backfill provides a reduced contact resistance to earth,provides a uniform 26 environment surrounding the anode, retains moisture around the anode and 27 prevents passivation of the anode. 28 c. All galvanic anodes shall come prepackaged in a backfill material conforming 29 to the following composition: 30 1) Ground hydrated gypsum: 75 percent 31 2) Powdered bentonite: 20 percent 32 3) Anhydrous sodium sulfate: 5 percent CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1 4) Have a grain size backfill such that 100 percent is capable of passing 2 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 3 d. Completely surround the anode with the backfill mixture within a cotton bag. 4 e. For cast magnesium ingots,the required weight of backfill shall be as follows: 5 Anode Weight Backfill Weight Total Weight (Pounds) Pounds Pounds 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 6 4. Anode Lead Wires 7 a. For the lead wire for the Magnesium Anodes,use a 10-foot length of No. 12 8 AWG solid copper wire equipped with TW or THW insulation. 9 5. Lead Wire Connection to Magnesium Anode 10 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 11 b. Extend 1 end of the core beyond the anode for the lead wire connection. 12 c. Silver-solder the lead wire to the core and fully insulate the connection. 13 B. Splicing Tape 14 1. Tape used for covering anode lead wire to anode header cable connections shall be 15 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl 16 electrical tape as manufactured by 3M Scotch, or approved equal. 17 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 18 or approved equal. 19 C. Crimping Lugs 20 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 21 copper compression crimpit Catalog No. YC l OC 10 as manufactured by Bumdy, or 22 approved equal. 23 D. Anode Header Cable 24 1. Anode header cables routed between the anode groundbed and the test stations shall 25 be#4-0#8 AWG stranded copper conductors with type HMWPE insulation(black). 26 E. Anode Test Stations 27 1. Anode test stations shall be pole mounted and consist of test wires, non-metallic, 28 UV resistant riser and a terminal head and a tfaffie as shown on the 29 Drawings. 30 2. The terminal le-x head shall be a minimum-7-5 terminal NM 7 with east if 31 leekahle Big Fink test station lid as manufactured by rn Test Sefy:,.,,., Cott 32 Manufacturing Company, or approved equal. 33 ,] "CP Test" ., „F 1 .l etom inn .l 34 �rerrse��er��trke sttl�es D��u , ^ .,� 35 equal: 1 a l L t.,lle 24 1 24 1 6 36 4. e-areasepaoted he est-at-atrerl--;����s�az��z�-m�z�-m�x-o- 37 . CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 5. install a fflar-kef sign adjaeent to all fitish matinted test stations-. 2 F. Shunt 3 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 4 Holloway, or approved equal. 5 2. There shall be at least 1 shunt in each Magnesium Anode test station. 6 G. Test Lead Wire 7 1. Test station lead wires shall be#12 AWG stranded copper cable with type TW, 8 THW or THHN insulation, blaek iii color of lead wires shall be as shown on the 9 drawings. 10 H. Permanent Reference Electrode 11 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 12 membrane ceramic cell in a geomembrane package, as manufactured by Corrpro 13 Companies, Inc., or approved equal. 14 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 15 copper wire with blue HMWPE insulation of suitable length to attach to the 16 terminal board of the test station. 17 I. Marker Sign 18 1. Provide marker sign in accordance with Section 33 05 26. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Installation of Sacrificial Anodes 27 1. Placement 28 a. Each anode shall be installed vertically in a 12-inch diameter by 1-0 foot deep 29 hole with the top of the anode at the same elevation as the top of pipeline of 30 by tr-eneh maintaining the aaffie spacing as shown on the Drawings. 31 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 32 the pipe. 33 c. Anodes shall be installed within the permanent pipeline right-of- 34 way/easement. 35 d. For steel and concrete cylinder pipes, the anodes shall be placed on the side 36 of the easement closest to the gas pipelines as shown on the Drawings. For 37 ductile iron pipe, the second row of anodes shall be placed on the opposite 38 side of the pipelines. 39 2. Augured Hole CITY OF FORT WORTH WESTSIDE III/1V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 a. The anode hole diameter shall easily accommodate the anode. 2 3. Backfilling 3 a. After the hole is augured,the packaged anode shall be lowered into the hole and 4 the soil shall be firmly tamped around the package so that it is in intimate 5 contact with the package. 6 b. Pour a minimum of 5 gallons of water into the anode hole. 7 c. Backfill the remainder of the anode hole. 8 4. Anode Lead Wire 9 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 10 inches. 11 b. Each anode lead wire shall be connected to an anode header cable as indicated 12 on the Drawings. 13 5. Handling 14 a. Anodes shall be handled in a manner that will avoid damaging anode materials 15 and wire connections. 16 B. Installation of Permanent Aned Reference Electrode 17 1. Location 18 a. Install 1 permanent copper sulfate reference electrode at each anode ground 19 bed. 20 b. The permanent reference electrode shall be within 6 inches of the pipe away 21 from the anode bed at pipe depth. 22 c. Prepare and install the permanent reference electrode in strict accordance with 23 the manufacturer's recommendations. 24 2. Placement 25 a. Place the permanent reference electrode in the same ditch with the water line 26 and carefully covered with the same soil as the pipeline backfill. 27 3. Lead Wire 28 a. Protect the permanent reference electrode lead wire during backfill operations 29 and route to the test station along with the water line test leads and anode 30 ground bed cables. 31 C. Installation of Wire and Cable 32 1. Depth 33 a. All underground wire and cable shall be installed at a minimum of 24 inches 34 below final grade with a minimum separation of 6 inches from other 35 underground structures. 36 2. Anode Header Cable 37 a. Each anode lead wire shall be connected to a#48#8 AWG/HMWPE header 38 cable which shall be routed into a f4ush to Rraao an anode test station. 39 3. Anode Lead Wire to Header Cable Connection 40 a. Each anode lead wire to header cable connection shall be made using a copper 41 compression connector. 42 b. Each connection shall be taped using double laver rubber tape, followed by 43 double layer vinyl tape and coated with Scotchkote electrical coating as shown 44 on the Drawings. 45 4. Anode-to-Pipeline Connection CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 a. Connect each group of anodes to the pipeline through a test station as shown on 2 the Drawings. Note: each anode bed is connecting to two parallel pipes as 3 shown on the Drawings. 4 b. Anode test stations #1 and#2 shall both be connected to the same anode 5 bed on opposite ends. 6 c. A 0.01 ohm shunt shall be used to connect the anode header cable to the 7 pipeline as shown on the Drawings. 8 5. A 3-inch wide,yellow, non-detectable warning tape labeled"CAUTION Cathodic 9 Protection Cable Buried Below" shall be buried at a depth of 18 inches below the 10 surface and along the length of all Cathodic Protection cable trenches. 11 D. Test Lead Wire Attachment 12 1. Test lead cables shall be attached to the pipe by thermite welding. 13 2. The pipe to which the wires are to be attached shall be clean and dry. 14 3. A grinding wheel or file shall be used to remove all coating, mill scale, oxide, 15 grease and dirt from the pipe over an area approximately 3 inches square. 16 a. The surface shall be cleaned to bright metal. 17 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 18 insulation removed from each end, exposing clean, oxide-free copper for welding. 19 5. Charges and Molds 20 a. Weld charges and mold size shall be as specified by the manufacturer for the 21 specific surface configuration. 22 b. Care shall be taken during installation to be sure correct charges are used. 23 c. Welding charges and molds shall be the product of a manufacturer regularly 24 engaged in the production of such materials. 25 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 26 wire shall be placed between the graphite mold and the prepared metal surface. 27 7. The metal disk shall be placed in the bottom of the mold. 28 8. The cap from the weld charge container shall be removed and the contents poured 29 into the mold. 30 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 31 charge. 32 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 33 should be held firmly in place until all of the charge has burned and the weld has 34 cooled slightly. 35 11. Remove the thermite weld mold and gently strike the weld with a hammer to 36 remove the weld slag. 37 12. Pull on the wire to assure a secure connection. 38 13. If the weld is not secure or the wire breaks, repeat the procedure. 39 14. If the weld is secure, coat all bare metal and weld metal with Stepaq GZ tape 40 bitumastic coating and protective cap; Royston Handi-Cap, or approved equal. 41 E. Flush to Gfade Pole Mounted Anode Test Stations 42 1. Flush te gfade Pole mounted anode test stations shall be installed as shown on the 43 Drawings. 44 2. Test stations shall be :rsr atied : 24 itieh., 24 ineh., 6 ; eh s o eaner-ete pad. z CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 2 Sufficient slack shall be coiled beneath the test station to allow for soil settlement 2 and to prevent damage to the leads during backfilling. 3 a. Additional slack shall be left in the test station riser to allow for wig 4 removal of the terminal board a minimum of 12 inches above the top of the 5 r-ete p riser for test-settlement or repair purposes. 6 F. Post Installation Backfilling of Cables 7 1. General 8 a. During the backfilling operation, cables shall be protected to prevent damage to 9 the wire insulation and conductor integrity. 10 3.5 REPAIR 11 A. Cut wires shall be spliced by using a copper compression connector. 12 1. The connection shall be completely sealed against moisture penetration by the use 13 of rubber tape, vinyl tape and Scotchkote electrical coating. 14 B. Damaged or missing test station components shall be replaced by equal components. 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Field Tests and Inspections 18 1. All components of the Cathodic Protection System shall be visually inspected by 19 the City prior to commissioning of the system. 20 3.8 SYSTEM STARTUP 21 A. General 22 1. The Cathodic Protection System shall be inspected, energized and adjusted 23 (commissioned) as soon as possible after the Cathodic Protection equipment has 24 been installed. 25 B. Equipment 26 1. All Cathodic Protection testing instruments shall be in proper working order and 27 calibrated according to factory specifications. 28 C. Commissioning 29 1. The commissioning of the Cathodic Protection System shall be performed by, or 30 under the direct supervision of, the Corrosion Engineering Firm qualified to verify 31 compliance with this Specification and with the referenced corrosion control 32 standards set forth by NACE International. 33 D. Method 34 1. Measure native state structure-to-soil potentials along the water line using the 35 permanent reference electrodes at each anode test station and a portable reference 36 electrode at all other test stations and at above grade pipeline appurtenances. 37 2. Measure close interval, native state structure-to-soil potentials along the water 38 lines at utilizing portable reference electrodes at intervals not exceeding 3' 39 along the entire route. CITY OF FORT WORTH WESTSIDE 111/1V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 1 3. Energize the Cathodic Protection System by connecting each Magnesium Anode 2 groundbed to the pipeline lead in the test station junction box by means of a 0.01 3 ohm shunt. 4 4. Record each anode groundbed current using the shunt. 5 5. Allow sufficient time for the pipeline to polarize. 6 6. Adjust, if necessary, the Cathodic Protection current output in each anode test 7 station to satisfy the inn „ V„,.iafiF ie shift e titer-i,„ of the 950„ illi ells GS 8 corrosion protection criteria as established by NACE 9 International standards for steel pipe. For concrete cylinder pipe and ductile 10 iron pipe materials record the values as measured. The primary intent of the 11 anode systems is stray current mitigation, not satisfying the 100 mV 12 polarization shift NACE criterion even if it is achieved. 13 7. Record all final current outputs measured at each test station. 14 8. Verify that all electrical isolation devices are operating properly including flange 15 isolators and casing spacers. 16 9. Verify that interference does not exist with foreign structures. 17 10. Perform joint tests with owners of the foreign structures (if any) and mitigate any 18 interference detected. 19 11. If necessary, install resistance bonds to mitigate interference. 20 12. Interference testing coordination with the owners of foreign structures is the 21 responsibility of the Cathodic Protection tester. 22 E. Verification and Responsibilities 23 1. Contractor shall correct, at his expense, any deficiencies in materials or installation 24 procedures discovered during the post-installation inspection. 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 04 40-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned(purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code(TAC) established by the Texas Commission on 12 Environmental Quality(TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Added 1.1.C.3 15 2. Modified 3.10.A.1 16 3. Added 3.10.A.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 —General Requirements 21 3. Section 33 0132—Closed Circuit Television (CCTV)Inspection for Water 22 Transmission Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 27 2. Payment 28 a. Unit Price—The work performed and the materials furnished in accordance 29 with this Item are subsidiary to cleaning, disinfection,hydrostatic testing, and 30 bacteriological testing and shall be subsidiary to the unit price bid per linear 31 foot of water pipe complete in place, and no other compensation will be 32 allowed. 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. American Water Works Association/American(AWWA): 39 a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 2 c. C651,Disinfecting Water Mains. 3 d. C655, Field De-Chlorination. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals 7 For 24-inch and larger water mains, provide the following: 8 1. Cleaning Plan—Prior to the start of construction, submit a water main cleaning plan 9 detailing the methods and schedule, including: 10 a. A detailed description of cleaning procedures 11 b. Pigging entry and exit ports 12 c. Flushing procedures 13 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 14 e. Control of water 15 f. Disposal 16 2. Disinfection Plan—prior to the start of construction submit a disinfection plan 17 including: 18 a. The method mixing and introducing chlorine 19 b. Flushing 20 c. De-chlorination 21 d. Sampling 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES 32 A. Pigs 33 1. Open cell polyurethane foam body 34 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 35 3. May be wrapped with polyurethane spiral bands 36 4. Abrasives are not permitted,unless expressly approved by the City in writing for 37 the particular application. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 1 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 2 nominal pipe diameter 3 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 4 tees, crosses,wyes, and gate valves. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. General 19 1. All water mains shall be cleaned prior to bacteriological testing. 20 a. Pig all 36-inch and smaller water mains not equipped with butterfly valves. 21 b. Flush all 36-inch water mains equipped with butterfly valves. 22 c. Piggy Flush and manually sweep 42-inch and larger mains. 24 "*r etie I .,,a a oa by the City, 25 2. For lines equipped with butterfly valves,perform CCTV inspection 26 immediately upon completion of line flushing in accordance with Section 33 01 27 32 and prior to performing hydrostatic testing, disinfection,and 28 bacteriological testing. 29 B. Pigging Method 30 1. If the method of pigging is to be used,prepare the main for the installation and 31 removal of a pig, including: 32 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 33 remove cleaning Wye covers, etc. 34 b. Where expulsion of the pig is required through a dead-ended conduit: 35 1) Prevent backflow of purged water into the main after passage of the pig. 36 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 37 smaller mains to prevent backwater re-entry into the main. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 1 3) Additional excavation of the trench may be performed on mains over 12 2 inches, to prevent backwater re-entry into the main. 3 4) Flush any backflow water that inadvertently enters the main. 4 c. Flush short dead-end pipe sections not swabbed by a pig. 5 d. Once pigging is complete: 6 1) Pigging wyes shall remain in place unless otherwise specified in the 7 Contract Documents. 8 2) Install cleaning wye,blind flanges or mechanical joint plugs. 9 3) Plug and place blocking at other openings. 10 4) Backfill 11 5) Complete all appurtenant work necessary to secure the system and proceed 12 with disinfection. 13 C. Flushing Method 14 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes 15 and numbers, and with adequate flushing to achieve a minimum velocity in the 16 main of 2.5 feet per second. 17 a. Minimum blow-off sizes for various main sizes are as follows: 18 1) 4-inch through 8-inch main-3/4-inch blow-off 19 2) 10-inch through 12-inch main— I-inch blow-off 20 3) 16-inch and greater main—2-inch blow-off 21 b. Flushing shall be subject to the following limitations: 22 1) Limit the volume of water for flushing to 3 times the volume of the water 23 main. 24 2) Do not unlawfully discharge chlorinated water. 25 3) Do not damage private property. 26 4) Do not create a traffic hazard. 27 c. Once Flushing is complete: 28 1) Corporations stops used for flushing shall be plugged. 29 D. Daily main cleaning 30 1. Wipe joints and then inspect for proper installation. 31 2. Sweep each joint and keep clean during construction. 32 3. Install a temporary plug on all exposed mains at the end of each working day or an 33 extended period of work stoppage. 34 E. Hydrostatic Testing 35 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 36 the following criteria: 37 a. Furnish and install corporations for proper testing of the main. 38 1) Furnish adequate and satisfactory equipment and supplies necessary to 39 make such hydrostatic tests. 40 2) The section of line to be tested shall be gradually filled with water, 41 carefully expelling the air and the specified pressure applied. 42 b. The City will furnish water required for the testing at its nearest City line. 43 c. Expel air from the pipe before applying the required test pressure. 44 d. Test Pressure 45 1) Test pressures should meet the following criteria: CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 1 a) Not less than 1.25 (187 psi minimum)times the stated working 2 pressure of the pipeline measured at the highest elevation along the test 3 section. 4 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 5 at the lowest elevation of the test section. 6 e. Test Conditions 7 1) Must be at least 2 hour duration 8 2) Add water as necessary to sustain the required test pressure. 9 3) Test fire hydrants to the fire hydrant valve. 10 a) Leave the isolation valve on the fire hydrant lead line open during the 11 hydrostatic testing. 12 4) Test service lines to curb stop 13 a) Leave the corporation stop on the service line open during the 14 hydrostatic testing. 15 5) Close isolation valves for air release valves. 16 6) Makeup water must come from a container of fixed 55 gallon container that 17 does not have a water source. 18 f. Measure all water used in the pressure test through an approved meter, or 19 measure the difference in volume within a 55 gallon container. 20 1) Do not test against existing water distribution valves unless expressly 21 provided for in the Drawings, or approved by the City. 22 2) If the City denies approval to test against existing water distribution system 23 valve,then make arrangements to plug and test the pipe at no additional 24 cost. 25 2. Allowable Leakage 26 a. No pipe installation should be accepted if the amount of makeup water is 27 greater than that determined using the following formula: 28 In inch-pound units, 29 L= SD 4P 30 148,000 31 32 Where: 33 L=testing allowance (make up water), gallons per hour 34 S=length of pipe tested,ft. 35 D=nominal diameter of pipe, in. 36 P=average test pressure during the hydrostatic test,psi 37 b. For any pipeline that fails to pass hydrostatic test: 38 1) Identify the cause 39 2) Repair the leak 40 3) Restore the trench and surface 41 4) Retest 42 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 43 sole responsibility of the Contractor and included in the price per linear foot of 44 pipe. 45 d. If the City determines that an existing system valve is responsible for the 46 hydrostatic test to fail, the Contractor shall make provisions to test the pipeline 47 without the use of the system valve. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1 e. There shall be no additional payment to the Contractor if the existing valve is 2 unable to sustain the hydrostatic test and shall be included in the price per linear 3 foot of pipe. 4 F. Disinfection 5 1. General 6 a. Disinfection of the main shall be accomplished by the "continuous feed" 7 method or the"slug"method as determined by the Contractor. 8 b. The free chlorine amounts shown are minimums. The Contractor may require 9 higher rates. 10 1) Calcium hypochlorite granules shall be used as the source of chlorine. 11 c. Continuous Feed Method 12 1) Apply water at a constant rate in the newly laid main. 13 a) Use the existing distribution system or other approved source of 14 supply. 15 2) At a point not more than 10 feet downstream from the beginning of the new 16 main, water entering the new main shall receive a dose of chlorine. 17 a) Free chlorine concentration: 50 mg/L minimum, or as required by 18 TCEQ, whichever is greater. 19 b) Chlorine applications shall not cease until the entire conduit is filled 20 with heavily chlorinated water. 21 3) Retain chlorinated water in the main for at least 24 hours. 22 a) Operate valves and hydrants in the section treated in order to disinfect 23 the appurtenances. 24 b) Prevent the flow of chlorinated water into mains in active service. 25 c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, 26 minimum, for the treated water in all portions of the main. 27 4) Flush the heavily chlorinated water from the main and dispose of in a 28 manner and at a location accepted by the City. 29 5) Test the chlorine residual prior to flushing operations. 30 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 31 new main until the chlorine residual is less the 4 mg/L. 32 b) The Contractor may choose to evacuate the water into water trucks, or 33 other approved storage facility, and treat the water with Sodium 34 Bisulfate, or another de-chlorination chemical, or method appropriate 35 for potable water and approved by the City until the chlorine residual is 36 reduced to 4 mg/L or less. 37 c) After the specified chlorine residual is obtained,the water may then be 38 discharged into the drainage system or utilized by the Contractor. 39 d. Slug Method 40 1) Water from the existing distribution system or other approved source of 41 supply shall be made to flow at a constant rate in the newly laid main. 42 2) At a point not more than 10 feet downstream from the beginning of the new 43 main, water entering the new main shall receive a dose of chlorine. 44 a) Free chlorine concentration: 100 mg/L minimum, or as required by 45 TCEQ, whichever is greater. 46 b) The chlorine shall be applied continuously and for a sufficient time to 47 develop a solid column or"slug" of chlorinated water that shall expose 48 all interior surfaces to the"slug" for at least 3 hours. CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 3) Operate the fittings and valves as the chlorinated water flows past to 2 disinfect the appurtenances. 3 4) Prevent the flow of chlorinated water into mains in active service. 4 5) Flush the heavily chlorinated water from the main and dispose of in a 5 manner and at a location accepted by the City. 6 6) Upon completion,test the chlorine residual remaining in the main. 7 a) Chlorine levels of 4 mg/1 or less should be maintained. 8 2. Contractor Requirements 9 a. Furnish all equipment,material and labor to satisfactorily prepare the main for 10 the disinfection method approved by the City with adequate provisions for 11 sampling. 12 b. Make all necessary taps into the main to accomplish chlorination of a new line, 13 unless otherwise specified in the Contract Documents. 14 c. After satisfactory completion of the disinfection operation, as determined by 15 the City, remove surplus pipe at the chlorination and sampling points,plug the 16 remaining pipe, backfill and complete all appurtenant work necessary to secure 17 the main. 18 G. Dechlorination 19 1. General. All chlorinated water shall be de-chlorinated before discharge to the 20 environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting 21 Water Mains", shall be used to neutralize the residual chlorine concentrations using 22 de-chlorination procedures listed in ANSI/AWWA C655: "Field De-Chlorination". 23 De-Chlorination shall continue until chlorine residual is non-detectable. 24 2. Testing. Contractor shall continuously test for the chlorine residual level 25 immediately downstream of the de-chlorination process, during the entire discharge 26 of the chlorinated water. Contractor shall periodically conduct chlorine residual 27 testing and check for possible fish kills at locations where discharged water enters 28 the existing watershed. 29 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 30 distribution system or any other construction activities: 31 a. The Contract shall immediately alter activities to prevent further fish kills. 32 b. The Contractor shall immediately notify Water Department Field Operations 33 Dispatch. 34 c. The Contractor shall coordinate with City to properly notify TCEQ. 35 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 36 kills shall be the responsibility of the Contractor. 37 H. Bacteriological Testing(Water Sampling) 38 1. General 39 a. Notify the City when the main is suitable for sampling. 40 b. The City shall then take water samples from a suitable tap for analysis by the 41 City's laboratory,unless otherwise specified in the Contract Documents. 42 1) No hose or fire hydrant shall be used in the collection of samples. 43 2. Water Sampling 44 a. Complete microbiological sampling prior to connecting the new main into the 45 existing distribution system in accordance with AWWA C651. 46 b. Collect samples for bacteriological analysis in sterile bottles treated with 47 sodium thiosulfate. CITY OF FORT WORTH W ESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 1 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 2 from the new main. 3 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 4 (or at the next available sampling point beyond 1,000 linear feet as designated 5 by the City),plus 1 set from the end of the line and at least 1 set from each 6 branch. 7 e. If trench water has entered the new main during construction or, if in the 8 opinion of the City, excessive quantities of dirt or debris have entered the new 9 main, obtain bacteriological samples at intervals of approximately 200 linear 10 feet. 11 f. Obtain samples from water that has stood in the new main for at least 16 hours 12 after formal flushing. 13 3. Repetition of Sampling 14 a. Unsatisfactory test results require a repeat of the disinfection process and re- 15 sampling as required above until a satisfactory sample is obtained. 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.10.E.Le.-Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De-Chlorination as reference 3.10.G—Added De-Chlorination Requirement 22 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330521-1 TUNNEL LINER PLATE Pagel of 5 SECTION 33 05 21 TUNNEL LINER PLATE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Modified 2.2.C.1.b.7 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 23—Hand Tunneling 4. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement 1) Measured horizontally along the surface for the length of Tunnel Liner Plate installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Tunnel Liner Plate,By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement, and compaction of backfill CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330521-2 TUNNEL LINER PLATE Page 2 of 5 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. LRFD, Bridge Design Manual, Section 12.13 b. M190,Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society of Testing and Materials (ASTM): a. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coating on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating(Hot Dip) on Iron and Steel Hardware. c. A 1011, Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural,High-Strength Low-Alloy and High-Strength Los-Alloy with Improved Formability, and Ultra-High Strength. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 05 21 -3 TUNNEL LINER PLATE Page 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00, and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Contech Construction Products, Inc.,American Commercial Inc., or approved equal. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Design Criteria a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. C. Materials 1. Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b) Coated (1) Plate to be coated with a bituminous coating meeting the performance requirements ofAASHTO M190 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330521-4 TUNNEL LINER PLATE Page 4 of 5 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches,measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new,unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) inches Bury De the 16 feet—18 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 Greater than 72 Project Specific Project Specific Design Design *The information in the above table is based on the following assumptions: AASHTO Section 16: "Steel Tunnel Liner Plates",H2O loading angle of 0 and bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a specific design should be performed to determine the appropriate thickness for the liner plate. 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 33 05 24. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 0521 -5 TUNNEL LINER PLATE Page 5 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 05 23. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 33 05 23, 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.3.A.3—AASHTO reference updated to current publication CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 0522- 1 STEEL CASING PIPE Page 1 of 6 SECTION 33 05 22 STEEL CASING PIPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Modified 2.2.A.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20—Auger Boring 5. Section 33 05 23—Hand Tunneling 6. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing,By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing,placement, and compaction of embedment 8) Furnishing,placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing/Tunnel Liner Plate,By Other than Open Cut"installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing,By Other than Open Cut"installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. A139, Standard Specification for Electric-Fusion(Arc)-Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association(AWWA): a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- Enamel and Tape-Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330522-3 STEEL CASING PIPE Page 3 of 6 a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling,provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver,handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330522-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 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 of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness inches inches 14— 18 .3125 5/16 20 24 .375 3/8 26—32 .5 1/2 34—42 .625 5/8 44—48 .6875 11/16 54 0.75 3/4 60 0.781 25/32 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments,however, shall be acceptable. 7. When required by installation method,provide grout/lubricant ports along the pipe at intervals of 10 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 nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330522-5 STEEL CASING PIPE Page 5 of 6 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding,the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of+2'/2 degrees and with a width of root face 1/16 inch+ 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full 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. Allowable joint types for each crossing are shown on the Drawings. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 330522-6 STEEL CASING PIPE Page 6 of 6 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press-fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.A—Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 331105-1 BOLTS,NUTS,AND GASKETS Page 1 of 7 SECTION 33 1105 BOLTS,NUTS,AND GASKETS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All nuts,bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push-on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. Modified 2.2.D.I.c. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 10—Joint Bonding and Electrical Isolation 4. Section 33 11 10—Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all"Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MAP-KUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331105-2 BOLTS,NUTS,AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute(AISI). 3. American Society of Mechanical Engineers(ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials(ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service,or Both. c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association(AWWA): a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 In.Through 144 In. (100 mm Through 3,600 mm). c. C600,Installation of Ductile-Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41,Ductile-Iron Pipe and Fittings. 6. Fastener Quality Act(FQA) a. Public Law 106-34(P.L. 106-34) 7. NSF International(NSF): a. 61,Drinking Water System Components-Health Effects. 8. Society for Protective Coating(SSPC)Surface Preparation Standards(SP): a. SP2,Hand Tool Cleaning b. SP3,Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFOR.MATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 1105-3 BOLTS,NUTS,AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act(FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts,nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act(FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331105-4 BOLTS,NUTS,AND GASKETS Page 4 of 7 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion-resistant, low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193,Grade B8, Class l(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade.92H Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class l(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push-on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR,unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA CI I I/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR,unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 1105-5 BOLTS,NUTS,AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. 1. Hydrocarbon Resistant Gaskets 1. Furnish Viton®(Fluorocarbon)Rubber,hydrocarbon resistant gaskets,when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10,threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic,or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic-filled,baked on fluorocarbon resin,when required. b. Coated nuts and bolts shall be prepared"near white"or"white"when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test"and shall include,if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331105-6 BOLTS,NUTS,AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200,C301, or C303),petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly,tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass,tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of 1/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly,tighten nuts gradually and equally using a three-pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of'/2-inch from the nuts. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331105-7 BOLTS,NUTS,AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform,thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp-edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments,an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 11 10 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 2.2.11.4 10 2. Added 2.2.11.5 11 3. Deleted 2.2.B.15.b-f 12 4. Added 2.2.B.15.g 13 5. Added 2.2.B.15.h 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 33 0131 —Closed Circuit Television (CCTV) Inspection 19 4. Section 33 04 10—Joint Bonding and Electrical Isolation 20 5. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 22 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 23 8. Section 33 1105—Bolts, Nuts, and Gaskets 24 9. Section 33 11 11 —Ductile Iron Fittings 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Ductile Iron Pipe 28 a. Measurement 29 1) Measured horizontally along the surface from center line to center line of 30 the fitting, manhole, or appurtenance 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per linear foot for"DIP"installed for: 35 a) Various sizes 36 b) Various types of backfill 37 c) Various linings 38 d) Various Depths, for miscellaneous sewer projects only CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 1 e) Various restraints 2 f) Various uses 3 c. The price bid shall include: 4 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 5 Drawings 6 2) Mobilization 7 3) Polyethylene encasement 8 4) Lining 9 5) Pavement removal 10 6) Excavation 11 7) Hauling 12 8) Disposal of excess material 13 9) Furnishing,placement and compaction of embedment 14 10) Furnishing,placement and compaction of backfill 15 11) Trench water stops 16 12) Thrust restraint, if required in Contract Documents 17 13) Bolts and nuts 18 14) Gaskets 19 15) Clean-up 20 16) Cleaning 21 17) Disinfection 22 18) Testing 23 1.3 REFERENCES 24 A. Definitions 25 1. Gland or Follower Gland 26 a. Non-restrained, mechanical joint fitting 27 2. Retainer Gland 28 a. Mechanically restrained mechanical joint fitting 29 B. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Association of State Highway and Transportation Officials (AASHTO). 34 3. American Society of Mechanical Engineers (ASME): 35 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 36 4. ASTM International(ASTM): 37 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 38 High Temperature or High Pressure Service and Other Special Purpose 39 Applications 40 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 41 Pressure or High Temperature Service, or Both 42 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 43 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 44 Tensile Strength. 45 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 46 Water or Other Liquids. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-3 DUCTILE IRON PIPE Page 3 of 14 1 f. B 117, Standard Practice for Operating Salt Spray (Fog)Apparatus. 2 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 3 Steel. 4 5. American Water Works Association (AWWA): 5 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 6 Enamel and Tape - Hot Applied. 7 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 8 c. M41, Ductile-Iron Pipe and Fittings. 9 6. American Water Works Association/American National Standards Institute 10 (AWWA/ANSI): 11 a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 12 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 13 c. CI I I/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 14 d. CI 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 15 Threaded Flanges. 16 e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. 17 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 18 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 19 7. NSF International (NSF): 20 a. 61, Drinking Water System Components -Health Effects. 21 8. Society for Protective Coatings (SSPC): 22 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 27 specials. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A. Product Data 30 1. Interior lining 31 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 32 C 104/A21.4, including: 33 1) Material 34 2) Application recommendations 35 3) Field touch-up procedures 36 2. Thrust Restraint 37 a. Retainer glands,thrust harnesses or any other means 38 3. Gaskets 39 a. If hydrocarbon or other special gaskets are required 40 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 41 for a wastewater force main for 24-inch and greater diameters, including: 42 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 43 Texas including: CITY OF FORT WORTH WESTSIDE Ill/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 a. Working pressure 2 b. Surge pressure 3 c. Deflection 4 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 5 Professional Engineer in Texas, to verify the restraint lengths shown in the 6 Drawings. 7 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 8 Professional Engineer in Texas including: 9 a. Pipe class 10 b. Joints type 11 c. Fittings 12 d. Stationing 13 e. Transitions 14 f. Joint deflection 15 C. Certificates 16 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 17 Section, each run of pipe furnished has met Specifications, all inspections have 18 been made, and that all tests have been performed in accordance with 19 AWWA/ANSI C151/A21.51. 20 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Qualifications 25 1. Manufacturers 26 a. Finished pipe shall be the product of 1 manufacturer. 27 1) Change orders, specials, and field changes may be provided by a different 28 manufacturer upon City approval. 29 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 30 under the control of the manufacturer. 31 c. Ductile Iron Pipe 32 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 33 a) Perform quality control tests and maintain results as outlined within 34 standard to assure compliance. 35 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 36 of at least 10 seconds. 37 B. Preconstruction Testing 38 1. The City may, at its own cost, subject random lengths of pipe for testing by an 39 independent laboratory for compliance with this Specification. 40 a. The compliance test shall be performed in the United States. 41 b. Any visible defects or failure to meet the quality standards herein will be 42 grounds for rejecting the entire order. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-5 DUCTILE IRON PIPE Page 5 of 14 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Storage and Handling Requirements 3 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 4 stated in AWWA M41. 5 2. Secure and maintain a location to store the material in accordance with Section 01 6 6600. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART2 - PRODUCTS 10 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 11 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed in the City's Standard Products List will be 14 considered as shown in Section 01 60 00. 15 a. The manufacturer must comply with this Specification and related Sections. 16 2. Any product that is not listed on the Standard Products List is considered a 17 substitution and shall be submitted in accordance with Section 0125 00. 18 B. Pipe 19 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11,AWWA/ANSI 20 C150/A21.15, and AWWA/ANSI C151/A21.51. 21 2. All pipe shall meet the requirements of NSF 61. 22 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 23 closure pieces and necessary to comply with the Drawings. 24 4. As a minimum the following pressures classes apply. The Drawings may specify a 25 higher pressure class or the pressure and deflection design criteria may also require 26 a higher pressure class,but in no case should they be less than the following: 27 Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 250 SIII24" 30 through 64 430 WS III 42"&WS IV: 150 WS V: 250 28 29 5. For sections of pipe deeper than 12 feet in WS HI, Special Thickness Class 30 (STC) 53 is required. For sections of pipe deeper than 12 feet in WS IV and 31 deeper than 13 feet in WS V, Special Thickness Class (STC)54 pipe is 32 required. These stations include: CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-6 DUCTILE IRON PIPE Page 6 of 14 1 a. WATER MAIN A STA 23+00 to STA 35+80(WS IV) 2 b. WATER MAIN B STA 0+00 to STA 0+70 (WS V) 3 c. WATER MAIN B STA 28+30 to STA 37+00 (WS V) 4 d. WATER MAIN D STA 2+00 to END (WS III) 5 e. WATER MAIN E STA 0+00 to END (WS III) 6 6. Pipe markings shall meet the minimum requirements of AWWA/ANSI 7 C 151/A21.51. Minimum pipe markings shall be as follows: 8 a. "DI"or"Ductile"shall be clearly labeled on each pipe 9 b. Weight, pressure class and nominal thickness of each pipe 10 c. Year and country pipe was cast 11 d. Manufacturer's mark 12 7. Pressure and Deflection Design 13 a. Pipe design shall be based on trench conditions and design pressure class 14 specified in the Drawings. 15 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 16 CI50/A21.50, AWWA/ANSI C151/A21.51,and AWWA M41 for trench 17 construction,using the following parameters: 18 1) Unit Weight of Fill(w)= 130 pcf 19 2) Live Load=AASHTO HS 20 20 3) Trench Depth= 12 feet minimum,or as indicated in Drawings 21 4) Bedding Conditions=Type 4 22 5) Working Pressure(Pa,)= 150 psi for Water Mains D/A&C (WS III 23 42"/WS IV) &250 psi for Water Mains E/B(WS III 24"/WS V) 24 6) Surge Allowance(Ps)= 100 psi 25 7) Design Internal Pressure(Pi)=P,,,+Ps or 2:1 safety factor of the actual 26 working pressure plus the actual surge pressure, whichever is greater. 27 a) Test Pressure= 28 (1) No less than 1.25 minimum times the stated working pressure(187 29 psi minimum)of the pipeline measured at the highest elevation 30 along the test section. 31 (2) No less than 1.5 times the stated working pressure(225 psi 32 minimum)at the lowest elevation of the test section. 33 8) Maximum Calculated Deflection(DX)= 3 percent 34 9) Restrained Joint Safety Factor(Sf)= 15 percent 35 c. Trench depths shall be verified after existing utilities are located. 36 1) Vertical alignment changes required because of existing utility or other 37 conflicts shall be accommodated by an appropriate change in pipe design 38 depth. 39 2) In no case shall pipe be installed deeper than its design allows. 40 8. Provisions for Thrust 41 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained 42 joints when required by the Drawings. 43 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 44 through casing and for a sufficient distance each side of casing. 45 c. No thrust restraint contribution shall be allowed for the restrained length of 46 pipe within the casing. CITY OF FORT WORTH WESTSIDE IH/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 d. Restrained joints,when required, shall be used for a sufficient distance from 2 each side of the bend,tee, plug, valve or other fitting to resist thrust which will 3 be developed at the design pressure of the pipe. For the purpose of thrust, the 4 following shall apply: 5 1) Valves shall be calculated as dead ends. 6 2) Design pressure shall be greater than the working pressure of the pipe or 7 the internal pressure(Pi) whichever is greater. 8 3) Restrained joints shall consist of approved mechanical restrained or push- 9 on restrained joints as listed in the City's Standard Products List as shown 10 in Section 01 60 00. 11 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 12 resist thrust in accordance with the Drawings,AWWA M41, and the following: 13 1) The weight of earth(We) shall be calculated as the weight of the projected 14 soil prism above the pipe, for unsaturated soil conditions. 15 2) Soil density= 130 pcf(maximum value to be used), for unsaturated soil 16 conditions 17 3) If indicated on the Drawings and the Geotechnical Borings that ground 18 water is expected, account for reduced soil density. 19 9. Joints 20 a. General—Comply with AWWA/ANSI C111/A21.11. 21 b. Push-On Joints 22 c. Mechanical Joints 23 d. Push-On Restrained Joints 24 1) Restraining Push-on joints by means of a special gasket 25 a) Only those products that are listed in Section 01 60 00 26 b) The working pressure rating of the restrained gasket must exceed the 27 test pressure of the pipe line to be installed. 28 c) Approved for use of restraining Ductile Iron Pipe in casing with a 29 carrier pipe of 4-inches to 12-inches 30 d) Otherwise only approved if specially listed on the Drawings 31 2) Push-on Restrained Joint bell and spigot 32 a) Only those products list in the standard products list will be allowed for 33 the size listed in the standard products list per Section 01 60 00. 34 b) Pressure rating shall exceed the working and test pressure of the pipe 35 line. 36 e. Flanged Joints—AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 37 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 38 g. Field fabricated flanges are prohibited. 39 10. Gaskets 40 a. Provide Gaskets in accordance with Section 33 11 05. 41 11. Isolation Flanges 42 a. Flanges required by the drawings to be Isolation Flanges shall conform to 43 Section 33 04 10. 44 12. Bolts and Nuts 45 a. Mechanical Joints 46 1) Provide bolts and nuts in accordance with Section 33 1105. 47 b. Flanged Ends 48 1) Meet requirements ofAWWA C115. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 a) Provide bolts and nuts in accordance with Section 33 1105. 2 13. Flange Coatings 3 a. Connections to Steel Flanges 4 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 5 Tape System in accordance with Section 33 1105. 6 14. Ductile Iron Pipe Exterior Coatings 7 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 8 pipe exterior, unless otherwise specified in the Contract Documents. 9 15. Polyethylene Encasement 10 a. All buried Ductile Iron Pipe shall be polyethylene encased. 11 b. Only manufaeturefs listed in the City's 12 in Seetion 0160 00 m4ll be eonsidefed neeeptable. 13 e. Use only vir-gin polyethylene material; 14 d. Eneasement for buried pipe shall be 8 mil lineaf low density(LLD) 15 16 17 A\x1\x1 A/A NS! C-1 05hk21 5 and A STM A 6 7A 18 e. Markingi At a fninimum of eveff 2 feet along its length, the mar-k 19 polyethylene film with the following infermotion: 20Alanufaetur-ef's name of tfadema 21 22 . 23 4) Minimum film thieliness and material type 24 5) Appliefible Fange of nominal diameter-sizes 25 26 27 ,perform one of the folio-Mag; 28 a)Label polyeth�4ene eneasement with « r1 AIM D AN A T'FR 29 31 32 33 , perform one of the following.2 34 " "' 35 37 e) Attseh green saftitary sewer-mar-ker tape to the polyethylene wrap. 38 g. Polyethylene encasement for use with ductile iron pipe systems shall 39 consist of three layers of co-extruded linear low density polyethylene 40 (LLDPE), fused into a single thickness of not less than eight mils. 41 h. The inside surface of the polyethylene wrap to be in contact with the pipe 42 exterior shall be infused with a blend of anti-microbial biocide to mitigate 43 microbiologically influenced corrosion and a volatile corrosion inhibitor to 44 control galvanic corrosion. 45 i. Minimum widths 46 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) CITY OF FORT WORTH WESTSIDE IH/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 1 16. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 7) Mark each fitting with the date of application of the lining system along 2 with its numerical sequence of application on that date and records 3 maintained by the applicator of his work. 4 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 5 cut, coat the exposed surface with the touch-up material as recommended 6 by the manufacturer. 7 a) The touch-up material and the lining shall be of the same manufacturer. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION [NOT USED] 14 3.4 INSTALLATION 15 A. General 16 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 17 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 18 recommendations. 19 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 20 3. Lay pipe to the lines and grades as indicated in the Drawings. 21 4. Excavate and backfill trenches in accordance with Section 33 05 10. 22 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 23 6. For installation of carrier pipe within casing, see Section 33 05 24. 24 B. Pipe Handling 25 1. Haul and distribute pipe and fittings at the project site. 26 2. Handle piping with care to avoid damage. 27 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 28 lowering into the trench. 29 b. Do not handle the pipe in such a way that will damage the interior lining. 30 c. Use only nylon ropes, slings or other lifting devices that will not damage the 31 surface of the pipe for handling the pipe. 32 3. At the close of each operating day: 33 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 34 the laying operation. 35 b. Effectively seal the open end of the pipe using a gasketed night cap. 36 C. Joint Making 37 1. Mechanical Joints 38 a. Bolt the follower ring into compression against the gasket with the bolts 39 tightened down evenly then cross torqued in accordance with AWWA C600. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-11 DUCTILE IRON PIPE Page 11 of 14 1 b. Overstressing of bolts to compensate for poor installation practice will not be 2 permitted. 3 2. Push-on Joints 4 a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 5 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 6 c. Place the gasket in the bell in the position prescribed by the manufacturer. 7 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 8 gasket and the outside of the spigot prior to entering the spigot into the bell. 9 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 10 conform to AWWA C600. 11 3. Flanged Joints 12 a. Use erection bolts and drift pins to make flanged connections. 13 1) Do not use undue force or restraint on the ends of the fittings. 14 2) Apply even and uniform pressure to the gasket. 15 b. The fitting must be free to move in any direction while bolting. 16 1) Install flange bolts with all bolt heads faced in one direction. 17 4. Joint Deflection 18 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 19 and grades and shown in the Drawings. 20 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 21 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 22 C600. 23 d. The manufacturer's recommendation may be used with the approval of the 24 Engineer. 25 D. Polyethylene Encasement Installation 26 1. Preparation 27 a. Remove all lumps of clay,mud, cinders, etc., on pipe surface prior to 28 installation of polyethylene encasement. 29 1) Prevent soil or embedment material from becoming trapped between pipe 30 and polyethylene. 31 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 32 with minimum space between polyethylene and pipe. 33 1) Provide sufficient slack in contouring to prevent stretching polyethylene 34 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 35 joints or fittings and to prevent damage to polyethylene due to backfilling 36 operations. 37 2) Secure overlaps and ends with adhesive tape and hold. 38 c. For installations below water table and/or in areas subject to tidal actions, seal 39 both ends of polyethylene tube with adhesive tape at joint overlap. 40 2. Tubular Type (Method A) 41 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 42 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 43 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 44 ends. 45 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 46 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. CITY OF FORT WORTH WESTSIDE 111/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-12 DUCTILE IRON PIPE Page 12 of 14 1 e. After assembling pipe joint,make overlap of polyethylene tube, pull bunched 2 polyethylene from preceding length of pipe, slip it over end of the new length 3 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 4 f. Secure overlap in place. 5 g. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel 6 of pipe, securing fold at quarter points. 7 h. Repair cuts, tears, punctures or other damage to polyethylene. 8 i. Proceed with installation of next pipe in same manner. 9 3. Tubular Type (Method B) 10 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 11 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 12 c. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel 13 of pipe, securing fold at quarter points; secure ends. 14 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 15 proceeding pipe section, bunching it accordion-fashion lengthwise. 16 e. After completing joint,pull 3-foot length of polyethylene over joint, 17 overlapping polyethylene previously installed on each adjacent section of pipe 18 by at least 1 foot; make each end snug and secure. 19 4. Sheet Type 20 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 21 section. 22 b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching 23 it until it clears the pipe ends. 24 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 25 quadrant of pipe. 26 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 27 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 28 of pipe. 29 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 30 g. After completing joint,make overlap and secure ends. 31 h. Repair cuts, tears, punctures or other damage to polyethylene. 32 i. Proceed with installation of next section of pipe in same manner. 33 5. Pipe-Shaped Appurtenances 34 a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 35 polyethylene in same manner as pipe and fittings. 36 6. Odd-Shaped Appurtenances 37 a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 38 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 39 sheet under appurtenances and bringing it up around body. 40 b. Make seams by bringing edges together, folding over twice and taping down. 41 c. Tape polyethylene securely in place at the valve stem and at any other 42 penetrations. 43 7. Repairs 44 a. Repair any cuts, tears,punctures or damage to polyethylene with adhesive tape 45 or with short length of polyethylene sheet or cut open tube, wrapped around 46 fitting to cover damaged area and secured in place. 47 8. Openings in Encasement CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-13 DUCTILE IRON PIPE Page 13 of 14 1 a. Provide openings for branches, service taps, blow-offs, air valves and similar 2 appurtenances by making an X-shaped cut in polyethylene and temporarily 3 folding back film. 4 b. After appurtenance is installed,tape slack securely to appurtenance and repair 5 cut, as well as other damaged area in polyethylene with tape. 6 c. Service taps may also be made directly through polyethylene, with any 7 resulting damaged areas being repaired as described above. 8 9. Junctions between Wrapped and Unwrapped Pipe: 9 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 10 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 11 b. Secure end with circumferential turns of tape. 12 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 13 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 14 3.5 REPAIR/RESTORATION 15 A. Patching 16 1. Excessive field-patching is not permitted of lining or coating. 17 2. Patching of lining or coating will be allowed where area to be repaired does not 18 exceed 100 square inches and has no dimensions greater than 12 inches. 19 3. In general, there shall not be more than 1 patch on either the lining or the coating of 20 any 1 joint of pipe. 21 4. Wherever necessary to patch the pipe: 22 a. Make patch with cement mortar as previously specified for interior joints. 23 b. Do not install patched pipe until the patch has been properly and adequately 24 cured and approved for laying by the City. 25 5. Promptly remove rejected pipe from the site. 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD [OR] SITE QUALITY CONTROL 28 A. Potable Water Mains 29 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 30 a. Clean, flush,pig, disinfect,hydrostatic test and bacteriological test the water 31 main as specified in Section 33 04 40. 32 B. Wastewater Lines 33 1. Closed Circuit Television(CCTV) Inspection 34 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 10-14 DUCTILE IRON PIPE Page 14 of 14 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12—Added reference to Section 33 11 05 and removed material specification for bolts,nuts and gaskets 10 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 331111-1 DUCTILE IRON FITTINGS Page I of 13 1 SECTION 33 1111 2 DUCTILE IRON FITTINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A, Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water,wastewater, and other 7 liquids for use with Ductile Iron Pipe and Polyvinyl Chloride(PVC)Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge 9 type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Deleted 2.2.B.14.b-f 12 2. Added 2.2.B.14.2 13 3. Added 2.2.B.14.h 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 —General Requirements 17 3. Section 03 30 00—Cast-in-Place Concrete 18 4. Section 33 04 10—Joint Bonding and Electrical Isolation 19 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 20 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 21 7. Section 33 11 05—Bolts,Nuts,and Gaskets 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Ductile Iron Water Fittings with Restraint 25 a. Measurement 26 1) Shall be per ton of fittings supplied 27 2) Fittings weights are the sum of the various types of fittings multiplied by the 28 weight per fitting as listed in AWWA/ANSI CI53/A21.53. 29 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for 30 specials where an AWWA/ANSI C153/A21.53 is not available, or if the 31 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 32 4) If the Contractor chooses to supply AW WA/ANSI C 110/A21.10 (full body) 33 Ductile Iron Fittings in lieu ofAWWA/ANSI C153/A21.53 (compact)Ductile 34 Iron Fittings at his convenience,then the weight shall be measured in 35 accordance with AWWA/ANSI CI53/A21.53. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item and 38 measured as provided under"Measurement"will be paid for at the unit price 39 bid per ton of"Ductile Iron Water Fittings with Restraint". CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-2 DUCTILE IRON FITTINGS Page 2 of 13 1 c. The price bid shall include: 2 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 3 Drawings 4 2) Polyethylene encasement 5 3) Lining 6 4) Pavement removal 7 5) Excavation 8 6) Hauling 9 7) Disposal of excess material 10 8) Furnishing and installing bolts,nuts, and restraints 11 9) Furnishing,placement and compaction of embedment 12 10) Furnishing,placement and compaction of backfill 13 11) Trench water stops 14 12) Clean-up 15 13) Cleaning 16 14) Disinfection 17 15) Testing 18 2. Ductile Iron Sewer Fittings 19 a. Measurement 20 1) Shall be per ton of fittings supplied 21 2) Fittings weights are the sum of the various types of fittings multiplied by the 22 weight per fitting as listed in AWWA/ANSI C153/A21.53. 23 3) The fitting weights listed in AWWA/ANSI C11O/A21.1O are only allowed for 24 specials where an AWWA/ANSI CI53/A21.53 is not available,or if the 25 Drawings specifically call for an AWWA/ANSI C11O/A21.1O fittings. 26 4) If the Contractor chooses to supply AWWA/ANSI C11O/A21.1O(full body) 27 Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 (compact)Ductile 28 Iron Fittings at his convenience,then the weight shall be measured in 29 accordance with AWWA/ANSI C153/A21.53. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement"will be paid for at the unit price 33 bid per ton of"Ductile Iron Sewer Fittings". 34 c. The price bid shall include: 35 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 36 Drawings 37 2) Epoxy Coating 38 3) Polyethylene encasement 39 4) Lining 40 5) Pavement removal 41 6) Excavation 42 7) Hauling 43 8) Disposal of excess material 44 9) Furnishing and installing bolts,nuts, and restraints 45 10) Furnishing,placement and compaction of embedment 46 11) Furnishing,placement and compaction of backfill 47 12) Clean-up 48 13) Cleaning 49 14) Disinfection CITY OF FORT WORTH WESTSIDE 111/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-3 DUCTILE IRON FITTINGS Page 3 of 13 1 15) Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Gland or Follower Gland 5 a. Non-restrained,mechanical joint fitting 6 2. Retainer Gland 7 a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping 8 wedges incorporated into a follower gland meeting the applicable requirements of 9 ANSI/AWWA CI 10/A21.10. 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this Specification, 13 unless a date is specifically cited. 14 2. American Society of Mechanical Engineers(ASME): 15 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 16 3. ASTM International(ASTM): 17 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High 18 Temperature or High Pressure Service and Other Special Purpose Applications 19 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or 20 High Temperature Service, or Both 21 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 25 4. American Water Works Association(AWWA): 26 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -Enamel 27 and Tape-Hot Applied. 28 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 29 c. M41, Ductile-Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWA/ANSI): 32 a. CI04/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 33 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 34 c. C 110/A21.10,Ductile-Iron and Gray-Iron Fittings. 35 d. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 36 e. CI 15/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded 37 Flanges. 38 f. C151/A21.51,Ductile-Iron Pipe,Centrifugally Cast, for Water. 39 g. C153/A21.53,Ductile-Iron Compact Fittings for Water Service. 40 6. NSF International(NSF): 41 a. 61, Drinking Water System Components- Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Ductile Iron Fittings 8 a. Pressure class 9 b. Interior lining 10 c. Joint types 11 2. Polyethylene encasement and tape 12 a. Planned method of installation 13 b. Whether the film is linear low density or high density cross linked polyethylene 14 c. The thickness of the film provided 15 3. The interior lining,if it is other than cement mortar lining in accordance with 16 AWWA/ANSI C104/A21.4 17 a. Material 18 b. Application recommendations 19 c. Field touch-up procedures 20 4. Thrust Restraint 21 a. Retainer glands 22 b. Thrust harnesses 23 c. Any other means 24 5. Gaskets 25 a. Provide Gaskets in accordance with Section 33 1105. 26 6. Isolation Flanges 27 a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 28 33 04 10. 29 7. Bolts and Nuts 30 a. Mechanical Joints 31 1) Provide bolts and nuts in accordance with Section 33 1105. 32 b. Flanged Ends 33 1) Meet requirements of AWWA C115. 34 a) Provide bolts and nuts in accordance with Section 33 1105. 35 8. Flange Coatings 36 a. Connections to Steel Flanges 37 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape 38 System in accordance with Section 33 1105. 39 B. Certificates 40 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet 41 the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 42 or AWWA/ANSI CI53/A21.53. 43 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 331111-5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed 7 under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C I I O/A21.10 or AWWA/ANSI C 153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost,subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be grounds 17 for rejecting the entire order. 18 1.10 DELIVERY,STORAGE,AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 0166 22 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be considered 30 as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a substitution 33 and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the 39 pipe which the fitting is connected,unless specifically indicated in the Drawings. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C 151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI"or"Ductile"cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 5. Joints 12 a. Mechanical Joints with mechanical restraint 13 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 14 ANSI/AWWA C110/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based on 16 size and type of pipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch— 16-inch, 350 psi 19 (2) 18-inch—48-inch,250 psi 20 b) PVC C900 and C905 21 (1) 3-inch— 12-inch, 305psi 22 (2) 14-inch16-inch, 235psi 23 (3) 18-inch—20-inch, 200psi 24 (4) 24-inch—30—inch 165psi 25 c) Ratings are for water pressure and must include a minimum safety factor of 26 2 to 1 in all sizes 27 3) Retainer glands shall have specific designs for Ductile Iron and PVC and 28 should be easily differentiate between the 2. 29 4) Gland body,wedges and wedge actuating components shall be cast from grade 30 65-45-12 ductile iron material in accordance with ASTM A536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWA C600,while retaining full mechanical joint deflection 33 during assembly as well as allowing joint deflection after assembly. 34 6) Proper actuation of the gripping wedges shall be ensured with torque limiting 35 twist off nuts. 36 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 37 b. Push-On,Restrained Joints 38 1) Restraining Push-on joints by means of a special gasket 39 a) Only those products that are listed in 01 60 00 40 b) The working pressure rating of the restrained gasket must exceed the test 41 pressure of the pipe line to be installed. 42 c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier 43 pipe of 4-inches to 12-inches 44 d) Otherwise only approved if specially listed on the drawings 45 2) Push-on Restrained Joint bell and spigot 46 a) Only those products list in the standard products list will be allowed for the 47 size listed in the standard products list per Section 0160 00 CITY OF FORT WORTH WESTSIDE III/1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-7 DUCTILE IRON FITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe line 2 c. Flanged Joints 3 1) AWWA/ANSI C115/A21.15,ASME B16.1, Class 125 4 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1,Class 125. 5 3) Field fabricated flanges are prohibited. 6 6. Gaskets 7 a. Provide Gaskets in accordance with Section 33 1105. 8 7. Isolation Flanges 9 a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 10 3304 10. 11 8. Bolts and Nuts 12 a. Mechanical Joints 13 1) Provide bolts and nuts in accordance with Section 33 1105. 14 b. Flanged Ends 15 1) Meet requirements ofAWWA C115. 16 a) Provide bolts and nuts in accordance with Section 33 1105. 17 9. Flange Coatings 18 a. Connections to Steel Flanges 19 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape 20 System in accordance with Section 33 1105. 21 10. Ductile Iron Fitting Exterior Coatings 22 a. All Ductile Iron Fittings shall have an asphaltic coating,minimum of 1 mil thick, 23 on the exterior,unless otherwise specified in the Contract Documents. 24 11. Polyethylene Encasement 25 a. All buried Ductile Iron Fittings shall be polyethylene encased. 26 b Only m „faetur-e, listed in the Cit y's Standard Pr-oduets List., shown in 28 c-. Use only vir-gin polyethylene material. 29 d-. Eneasement for buried fittings shall be 8 mil liftear-low density(LLD) 30 tyethyl �e reo nfor-ming to A MIMI A/"S! C WA 71 5or-A mil high density YvaJcciiJici " 31 32 to A[77 A A/A NCI C105421.5 and A CTA4 A 6 7A 33 ,the mar-k 34 polyethylene film with the following information.! 35AUnufaetur-eF's name or-tr-ademnFk 37 -3) AML" A/ANS1C1nc/A21.c 38 4} Minimum film thieliness and Mfttffial type 39 `) Appheable range of nominal diameter sizes 40 6) Mlar-aing—Ee;E-rosion Ffeteetion Repair-Any Damage 41 42 ,perform one of the fellowing.2 43 a) Label polyethylene ene$sement with"RECLAIMED MIA TER" 44 b) Da-ovide„ ple polyethylene; aceor-dance with the A me-iean D,.hl;.. Code; or - CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-8 DUCTILE IRON FITTINGS Page 8 of 13 1 Wastewater, perform one of the fojlowingt 3 a) Label polyethylene eneasement with"WASTEWATE 4 b} Code; r 6 c-) 7 g. Polyethylene encasement for use with ductile iron pipe systems shall consist of 8 three lavers of co-extruded linear low density polyethylene(LLDPE),fused 9 into a single thickness of not less than eight mils. 10 h. The inside surface of the polyethylene wrap to be in contact with the pipe 11 exterior shall be infused with a blend of anti-microbial biocide to mitigate 12 microbiologically influenced corrosion and a volatile corrosion inhibitor to 13 control galvanic corrosion. 14 i. Minimum widths 15 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 16 12. Ductile Iron Fittings Interior Lining 17 a. Cement Mortar Lining 18 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 19 accordance with AWWA/ANSI C I04/A21.4 and be acceptable according to 20 NSF 61. 21 b. Ceramic Epoxy or Epoxy Linings CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a 2 Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as 3 shown in Section 0160 00. 4 2) Apply lining at a minimum of 40 mils DFT 5 3) Due to the tolerances involved,the gasket area and spigot end up to 6 inches 6 back from the end of the spigot end must be coated with 6 mils nominal, 10 7 mils maximum using a Joint Compound as supplied by the manufacturer. 8 a) Apply the joint compound by brush to ensure coverage. 9 b) Care should betaken that the joint compound is smooth without excess 10 buildup in the gasket seat or on the spigot ends. 11 c) Coat the gasket seat and spigot ends after the application of the lining. 12 4) Surface preparation shall be in accordance with the manufacturer's 13 recommendations. 14 5) Check thickness using a magnetic film thickness gauge in accordance with the 15 method outlined in SSPC PA 2. 16 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 17 volt test. 18 a) Repair any defects prior to shipment. 19 7) Mark each fitting with the date of application of the lining system along with 20 its numerical sequence of application on that date and records maintained by 21 the applicator of his work. 22 8) For all Ductile Iron Fittings in wastewater service where the fitting has been 23 cut, coat the exposed surface with the touch-up material as recommended by 24 the manufacturer. 25 a) The touch-up material and the lining shall be of the same manufacturer. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General 34 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA 35 C600,AWWA M41, and in accordance with the fittings manufacturer's 36 recommendations. 37 2. Lay fittings to the lines and grades as indicated in the Drawings. 38 3. Excavate and backfill trenches in accordance with 33 05 10. 39 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 40 B. Joint Making 41 1. Mechanical Joints with required mechanical restraint CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-10 DUCTILE IRON FITTINGS Page 10 of 13 1 a. All mechanical joints require mechanical restraint. 2 b. Bolt the retainer gland into compression against the gasket,with the bolts tightened 3 down evenly then cross torqued in accordance with AWWA C600. 4 c. Overstressing of bolts to compensate for poor installation practice will not be 5 permitted. 6 2. Push-on Joints (restrained) 7 a. All push-on joints shall be restrained push-on type. 8 b. Install Push-on joints as defined in AWWA/ANSI CI I I/A21.11. 9 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 10 d. Place the gasket in the bell in the position prescribed by the manufacturer. 11 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket 12 and the outside of the spigot prior to entering the spigot into the bell. 13 f. When using a field cut plain end piece of pipe,refinished the field cut and scarf to 14 conform to AWWA M-41. 15 3. Flanged Joints 16 a. Use erection bolts and drift pins to make flanged connections. 17 1) Do not use undue force or restraint on the ends of the fittings. 18 2) Apply even and uniforrn pressure to the gasket. 19 b. The fitting must be free to move in any direction while bolting. 20 1) Install flange bolts with all bolt heads faced in 1 direction. 21 4. Joint Deflection 22 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and 23 grades and shown in the Drawings. 24 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 25 c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. 26 d. The manufacturer's recommendation may be used with the approval of the 27 Engineer. 28 C. Polyethylene Encasement Installation 29 1. Preparation 30 a. Remove all lumps of clay,mud, cinders,etc., on fittings surface prior to installation 31 of polyethylene encasement. 32 1) Prevent soil or embedment material from becoming trapped between fittings 33 and polyethylene. 34 b. Fit polyethylene film to contour of fittings to affect a snug,but not tight encase 35 with minimum space between polyethylene and fittings. 36 1) Provide sufficient slack in contouring to prevent stretching polyethylene where 37 it bridges irregular surfaces such as bell-spigot interfaces,bolted joints or 38 fittings, and to prevent damage to polyethylene due to backfilling operations. 39 2) Secure overlaps and ends with adhesive tape and hold. 40 c. For installations below water table and/or in areas subject to tidal actions, seal both 41 ends of polyethylene tube with adhesive tape at joint overlap. 42 2. Tubular Type(Method A) 43 a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. CITY OF FORT WORTH WESTSIDE IIU1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33I111-1I DUCTILE IRON FITTINGS Page 11 of 13 1 b. Slip tube around fittings,centering it to provide 1 foot overlap on each adjacent 2 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 3 ends. 4 c. Lower fittings into trench with preceding section of pipe. 5 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 6 e. After assembling fittings make overlap of polyethylene tube,pull bunched 7 polyethylene from preceding length of pipe, slip it over end of the fitting and wrap 8 until it overlaps joint at end of preceding length of pipe. 9 f. Secure overlap in place. 10 g. Take up slack width at top of fitting to make a snug,but not tight,fit along barrel of 11 fitting, securing fold at quarter points. 12 It. Repair cuts,tears,punctures or other damage to polyethylene. 13 i. Proceed with installation of next fitting in same manner. 14 3. Tubular Type(Method B) 15 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. 16 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. 17 c. Take up slack width at top of fitting to make a snug,but not tight,fit along barrel of 18 fitting, securing fold at quarter points; secure ends. 19 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 20 proceeding pipe section, bunching it accordion-fashion lengthwise. 21 e. After completing joint,pull 3-foot length of polyethylene over joint, overlapping 22 polyethylene previously installed on each adjacent section of pipe by at least 1 foot; 23 make each end snug and secure. 24 4. Sheet Type 25 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. 26 b. Center length to provide 1-foot overlap on each fitting,bunching it until it clears 27 the fitting ends. 28 c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant 29 of fitting. 30 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 31 e. Lower wrapped fitting into trench with preceding section of pipe. 32 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 33 g. After completing joint,make overlap and secure ends. 34 h. Repair cuts,tears,punctures or other damage to polyethylene. 35 i. Proceed with installation of fittings in same manner. 36 5. Pipe-Shaped Appurtenances 37 a. Cover bends,reducers,offsets,and other pipe-shaped appurtenances with 38 polyethylene in same manner as pipe and fittings. 39 6. Odd-Shaped Appurtenances 40 a. When it is not practical to wrap valves, tees,crosses and other odd-shaped pieces in 41 tube,wrap with flat sheet or split length polyethylene tube by passing sheet under 42 appurtenances and bringing it up around body. 43 b. Make seams by bringing edges together,folding over twice and taping down. 44 c. Tape polyethylene securely in place at the valve stem and at any other penetrations. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-12 DUCTILE IRON FITTINGS Page 12 of 13 1 7. Repairs 2 a. Repair any cuts, tears,punctures or damage to polyethylene with adhesive tape or 3 with short length of polyethylene sheet or cut open tube,wrapped around fitting to 4 cover damaged area, and secure in place. 5 8. Openings in Encasement 6 a. Provide openings for branches, service taps,blow-offs, air valves and similar 7 appurtenances by making an X-shaped cut in polyethylene and temporarily folding 8 back film. 9 b. After appurtenance is installed,tape slack securely to appurtenance and repair cut, 10 as well as other damaged area in polyethylene with tape. 11 c. Service taps may also be made directly through polyethylene,with any resulting 12 damaged areas being repaired as described above. 13 9. Junctions between Wrapped and Unwrapped Fittings 14 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 15 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 16 b. Secure end with circumferential turns of tape. 17 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape 18 for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. 19 D. Blocking 20 1. Install concrete blocking in accordance with Section 03 30 00 for all bends,tees,crosses 21 and plugs in the pipe lines as indicated in the Drawings. 22 2. Place the concrete blocking so as to rest against firm undisturbed trench walls,normal to 23 the thrust. 24 3. The supporting area for each block shall be at least as great as that indicated on the 25 Drawings and shall be sufficient to withstand the thrust, including water hammer,which 26 may develop. 27 4. Each block shall rest on a firm,undisturbed foundation or trench bottom. 28 5. If the Contractor encounters soil that appears to be different than that which was used to 29 calculate the blocking according to the Drawings,the Contractor shall notify the 30 Engineer prior to the installation of the blocking. 31 3.5 REPAIR/RESTORATION 32 A. Patching 33 1. Excessive field-patching is not permitted of lining or coating. 34 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 35 100 square inches and has no dimensions greater than 12 inches. 36 3. In general,there shall not be more than 1 patch on either the lining or the coating of any 37 fitting. 38 4. Wherever necessary to patch the fitting: 39 a. Make patch with cement mortar as previously specified for interior joints. 40 b. Do not install patched fitting until the patch has been properly and adequately cured 41 and approved for laying by the City. 42 c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 33 11 11-13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush,pig,disinfect,hydrostatic test and bacteriological test the water main as 6 specified in Section 33 04 40. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.Lc—Restraints included in price bid 1.2.A.2.c—Restraints included in price bid 1.3—Added definitions of gland types for clarity 12/20/2012 D.Johnson 2.2.13.5—Removed unrestrained push-on and mechanical joints 2.2.13.6,7,8,and 9—Added reference to Section 33 05 10 and 33 04 10;removed material specifications for bolts,nuts and gaskets. 3.4—Requirement for all mechanical and push-on joints to be restrained 3.4.1)—Corrected reference 9/20/2017 W.Norwood 2.2.B.5.a.7—Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe 16 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 25,2022 PROJECT DATE:AUGUST 2022 331113-1 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 1 of 18 SECTION 33 11 13 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type (Concrete Pressure Pipe)24-inch through 72-inch for potable water applications in conformance with AWWA C303 B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.3.A.5.c 2. Added 1.3.A.9 3. Added 1.3.B.3.b & c 4. Modify 1.6.B.4.a 5. Added 1.6.B.5 6. Added 1.6.C.2 &3 7. Modify 1.9.A.l.a 8. Added 1.9.A.Le 9. Modify 1.9.C.2.a 10. Added 1.10.A.4.d.iv 11. Added 2.2.11.6& 7 12. Modify 2.2.B.12.a 13. Modify 2.2.B.19.a 14. Added 2.2.C.1.e.12, 13, & 14 15. Added 2.2.C.l.g 16. Added 2.2.C.2.b.2 & 3 17. Added 2.2.C.2.c.l.b & c 18. Added 2.2.C.1.e.8 & 9 19. Added 2.2.C.7. 20. Modify 3.4.11.3 21. Modify 3.4.C.1.e.1 22. Added 3.4.C.2.a.6 23. Modify 3.4.C.4.a 24. Added 3.7.A.2 C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 01 31 —Closed Circuit Television(CCTV) Inspection CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-2 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 2 of 18 4. Section 33 04 10—Joint Bonding and Electrical Isolation 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 7. Section 33 1105—Bolts,Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement 1) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per linear foot for"Concrete AWWA C303 Pipe"installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing,placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"C303 Fittings"installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-3 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 3 of 18 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing,placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c. B 117, Standard Practice for Operating Salt Spray (Fog)Apparatus. d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. f. C 144, Standard Specification for Aggregate for Masonry Mortar. g. C 150, Specification for Portland Cement. h. C293, Standard Test Method for Flexural Strength of Concrete(Using Simple Beam with Center-Point Loading). i. C497, Methods of Testing Concrete Pipe. j. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. k. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic-Cement Grout. 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 4. American Welding Society(AWS): a. DLL, Structural Welding Code - Steel. S. American Water Works Association (AWWA): CITY OF FORT WORTH WESTSIDE IIl/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-4 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 4 of 18 a. C206,Field Welding of Steel Water Pipe. b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. c. C208 Dimensions for Steel Water Pipe Fittings d. C303, Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. e. M9, Concrete Pressure Pipe. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 7. International Organization for Standardization(ISO). 8. National Sanitation Foundation(NSF): a. NSF 61,Drinking Water System Components -Health Effects 9. American Concrete Pressure Pipe Association (ACPPA). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Joint Wrappers a. Material data b. Installation recommendations 3. Flexible Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets (if applicable) B. Shop Drawings—Furnish for Concrete Pressure Pipe used in the potable water systems including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Working Pressure 2) Test Pressure 3) Surge pressure b. External pressure CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 331113-5 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 5 of IR 1) Deflection 2) Buckling c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction, if applicable for the proposed installation 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Cylinder thickness c. Bar diameter and spacing d. Joint types e. Fittings £ Thrust Restraint g. Stationing (in accordance with the Drawings) h. Transitions i. Joint deflection j. Outlet locations for welding, ventilation, and access k. Welding requirements 4. Pipe within Casing a. Provide drawings detailing how pipe is restrained to prevent floating within the casing and built up mortar rings used for pipe supports. 5. Contractor's proposed field welding procedure in accordance with AWWA C206 and AWS D1.1 C. Certificates and Test Reports 1. Submittals for certificates and testing reports shall be as outlined in Article 1.9 of this Section. 2. Certified test reports for factory welds of fittings from an independent certified welding inspector not employed by the pipe manufacturer. 3. Certified test reports for field welds from an independent certified welding inspector not employed by the pipe manufacturer. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Shall be American Concrete Pressure Pipe Association(ACPPA) Quality Program certified, I.S.O. 9001 Quality Certification Program certified, or equal, for Concrete Pressure Pipe and accessory manufacturing. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. CITY OF FORT WORTH WESTSIDE III/I VN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August],2022 PROJECT DATE:AUGUST 2022 33 11 13-6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 6 of 18 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years successful experience manufacturing AWWA C303 pipe of the particular type and size indicated. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at 1 location, unless otherwise approved by the Engineer. d. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303. e. Pipe and fittings not allowed to be shipped over saltwater ways or via rail. B. Certifications 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C303 and these Specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer c. Mill certificates, including chemical and physical test results for each heat of steel 1) The manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials, except that the absorption test detailed in this Specification shall supersede the requirements of the applicable portion of AWWA C303. d. Certified test reports for welder certification for factory and field welds in accordance with AWWA C303, Section 5 e. Certified test reports for cement mortar tests f. Certified test reports for steel cylinder tests C. Hydrostatic Pressure Testing l. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 Section 4.6—Fabrication. a. Each pipe cylinder,with rings welded to its ends, shall be hydrostatically tested prior to application of lining or coating. b. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. c. Each pipe cylinder tested shall be completely watertight under maximum test pressure. d. Test pressure shall be held for sufficient time to observe the weld seams. e. Pipe manufacturer shall maintain a recording of the pressure gauge report and provide to the Engineer. 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded steel sheets or plates per AWWA C208 a. Fittings shall be tested in accordance with AWWA C303. All welds on fittings shall be tested by hydrostatic test,ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector paid for by the pipe manufacturer 3. Factory Testing a. Cement Mortar Coating- Absorption Test CITY OF FORT WORTH WESTSIDE I11/1VN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 331113-7 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 18 1) A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. a) The mortar coating samples shall have been cured in the same manner as the pipe. b) A test value shall consist of the average of a minimum of 3 samples taken from the same working shift. c) The test method shall be in accordance with ASTM C497, Method A. d) The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. e) Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed on a weekly basis for each working shift. (1) Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is re-established by 10 consecutive passing test results. D. Cement Mortar Lining 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA C303. E. City Testing and Inspection 1. The City reserves the option to have an independent testing laboratory, at the City's expense, inspect pipe and fittings at the pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall notify the City, in writing,at least 2 weeks prior to pipe fabrication as to start of fabrication and fabricating schedule. The City will then advise the manufacturer as to City's decision regarding tests to be performed by an independent testing laboratory. c. In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot testing of each category unless the tests do not show compliance with the standard. 1) If these tests do not show compliance, the City reserves the right to have the laboratory make additional tests and observations. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without"slow downs" or other abnormal delays. a. In the event that an abnormal production time is required, and the City is required to pay excessive costs for inspection,then the Contractor shall be required to reimburse the City for such costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. F. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-8 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 8 of 18 a. During the construction period,the pipe manufacturer shall furnish the services of a factory trained, qualified,job experienced technician to advise and instruct, as necessary, in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on-site full time;however, the technician shall be regularly on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1.10 DELIVERY,STORAGE,AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazards of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie-down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms,tires or other suitable means to protect the pipe from damage. d. Each end and each length of pipe,fitting or special(42-inches and larger) and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. i. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. ii. Pipe shall be rotated so that one Stull remains vertical during storage, shipment and installation. iii. At a minimum, stulls shall be placed at each end, each quarter point and center. iv. Do not remove stulls until pipe is backfilled. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site,the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. a. If excessive cracking is found, exceeding the allowance in AWWA C303, modify shipping procedures to reduce or eliminate cracking. 2. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. C. Marking for Identification 1. For each joint of pipe and each fitting,plainly mark on 1 end: CITY OF FORT WORTH WESTSIDE III/IVIV MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-9 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 9 of 19 a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials. D. Point of Delivery 1. The Contractor is responsible for securing and maintaining a location to store the material in accordance with Section 01 66 00. 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303,AWWA M9, as well as the special requirements of this Specification. b. All pipe shall meet the requirements of NSF 61. 2. Cement a. Cement for use in concrete and mortar shall be Type I or lI Portland Cement. 3. Aggregates a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4. Sand a. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144. 5. Special Coating (Mortar Rings) a. Pipe to be installed in casing shall have 2 built-up mortar rings, each approximately 2 feet long and slightly higher than the pipe bell,to prevent the pipe from being supported by the pipe bell. b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 6. Linin a. Mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots shall be ground down with a rubbing stone or other approved method. 7. Coating a. Mortar coating shall be dense,hard,with no cracks larger than hairline (0.010 inches) CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-10 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 10 of 18 8. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b. Threaded plugs shall be brass. 9. Mixes a. Cement Mortar 1) Cement mortar used for pouring joints shall consist of: a) 1 part Portland Cement b) 2 parts clean, fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted. e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C150, Type I or Type 11. h) Sand shall conform to ASTM C144. 2) Cement mortar used for patching shall be mixed as per cement mortar for inside joints. 10. Joint Wrappers a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company, or approved equal. b. For pipe within casing, Flex Protex joint filler, or approved equal,maybe used for pipes that can be welded from the interior. 11. Flexible Joint Couplings a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 or approved equal. 12. Pipe Ends a. The standard pipe end shall include Carnegie steel joint ring and a continuous solid rubber ring gasket as per AWWA M9. 13. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 1105. 14. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 11 05. 15. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 16. Flange Coatings a. Flange Coatings in accordance with Section 33 1105. 17. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 18. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13- 11 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 11 of 18 19. Snap Rings a. Snap rings shall be manufactured by Hansei}Thompson Pipe Group, or approved equal. C. Performance/Design Criteria 1. Pipe Design a. Pipe shall be designed,manufactured and tested in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. Sizes and pressure classes (working pressure) shall be as specified in the Drawings. c. For the purposes of pipe design,working pressure plus transient pressure shall be as indicated below. d. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. e. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA M9 for trench construction,using the following parameters: 1) Unit Weight of Fill(w) = 130 pounds per cubic foot 2) Live Load=AASHTO H-20 truck for unpaved conditions 3) Live Load=Cooper E-80 loading for railroad crossings 4) Trench Depth=As indicated on Drawings 5) Coefficient Ku =0.150 6) Trench Width (Bd) as indicated on Drawings 7) Bedding Conditions= as indicated on Drawings 8) Pressure Class= 150 psi min. working pressure for Water Mains D/A&C (WS III 42"/WS IV) &250 psi min. for Water Mains EB (WS III 24"/WS V) 9) Surge Allowance= 100 psi minimum a) where: Total Pressure (including surge)= 150 psi+ 100 psi=250 psi for Water Mains D/A&C (WS III 42"/WS IV). b) where: Total Pressure (including surge) =250 psi+100 psi=350 psi for Water Mains EB (WS III 24"/WS V). 10) Deflection Lag Factor= 1.0 11) Soil Reaction Modulus (E')< 1,000 12) Maximum calculated deflection, Dy=Dx=1% 13) Coefficient k= 0.09 14) Pipe shall be designed for full vacuum conditions. £ Trench depths indicated on Drawings shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor(with concurrence from the pipe manufacturer)will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the City where this method is required. 2. Provisions for Thrust CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-12 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 18 a. Thrust at bends, tees or other fittings shall be resisted by welded joints or snap rings. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. 3) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. 1) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. 2) At a minimum, all fittings and specials with outlets shall be welded to connecting pipes regardless of if the fittings are indicated to be restrained in the Drawings. 3) Weld all joints at vertical and horizontal points of inflection regardless of if those locations are indicated to be restrained in the Drawings. 4) Restrained joints shall consist of welded joints or snap rings. 5) In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. c. Thrust restraint design 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9,TRDP, and the following: a) The Weight of Earth(We) shall be calculated as the weight of the projected soil prism above the pipe. (1) Soil Density= 130 pounds per cubic foot (maximum value to be used for unsaturated soil). b) Thrust design pressure equal to the working pressure plus surge pressure. c) Friction factor=0.25 d. Thrust collars will only be permitted for temporary plugs. 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer. 3. Inside Diameter a. The inside diameter, of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance with Section 33 04 10. 5. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 13 of 18 6. Fittings with Flanges a. Flanged joints shall be provided at connections to valves and where indicated on the Drawings. b. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. c. Pipe flanges and field welding of flanges to Concrete Pressure Pipe shall conform to the requirements of AWWA C207 and AWWA C206. d. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. e. Flanges shall match the fittings or appurtenances which are to be attached. f. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and in accordance with ASME B 16.1 Class 125 for areas designated with a 225 psi test pressure. 7. Pipe,fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi. Bend fittings over 15- de2rees, pipe with 24-inch and larger outlets, and woes shall have the following minimum thickness: a. 36-inch diameter and smaller=0.25 inches b. Greater than 36-inch to 60-inch diameter=0.375 inches 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A, General 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for the proper functioning of the completed pipe line. 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M9, and in accordance with the pipe manufacturer's recommendations. 3. Lay pipe to the lines and grades show on the Drawings. 4. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 5. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. 6. If pipe is placed in casing,restrain pipe from floating as required in Article 1.6.13.4. B. Pipe Handling 1. Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-14 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 18 2. Before lowering into the trench and inspect each joint of pipe and reject or repair any damaged pipe. 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, belts or other equipment designed to prevent damage to the coating or lining. Chains will not be allowed. 4. The equipment shall be kept in such repair that its continued use is not injurious to the coating. 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing 1. General a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. b. If any damage to the protective coating on the metal has occurred,repair the damage before laying the pipe. c. Lubricate the gasket and the inside surface of the bell with an approved lubricant(flax soap)which will facilitate the telescoping of the joint. d. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. e. When a joint of pipe is being laid,place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. 1) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. Use ioint spacers at all locations to prevent over-stabbing joints. f. No "blocking up" of pipe or j oints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly,remove the joint and properly prepare the trench. g. After joining, check the position of the gasket with a feeler gauge. 1) If the gasket is out of position,disassemble the joint and repeat the joint laying procedure. h. For interior welded joints,complete backfilling before welding. i. For exterior field-welded joints, provide adequate working room under and beside the pipe. 2. Exterior Joints a. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with 2 metal straps. 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger,and 7 inches wide for smaller pipe,hemmed on each side. 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has flowed entirely around the pipe. 4) During the filling of the joint,pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. 5) Leave wrappers in place undisturbed until the mortar has set-up. CITY OF FORT WORTH WESTSIDE IIIIIVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-15 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 15 of 18 6) Do not embed or backfill over pipe for a minimum of two hours to allow mortar to set up. At the start of the project, excavate two joints of pipe to verify mortar does not have shrinkage cracks. 3. Interior Joints a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout,prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weld joints in accordance with the AWWA M9 and AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds. 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. In all hand welding: 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained,remove the pipe from the line. CITY OF FORT WORTH WESTSIDE IIIIIVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13- 16 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 16 of 18 i. Furnish each welder employed with a steel stencil for marking the welds so that the work of each welder may be identified. 1) Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. a) In the event any welder leaves the job,his stencil shall be voided and not duplicated if another welder is employed. J. Welders 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. 2) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. k. Weld Testing 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections maybe cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint,regardless of the results of physical testing. (1) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 5. Protection of Exposed Metal a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement mortar as previously specified for inside joints, unless otherwise specified in the Drawings. b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. d. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6. Patching a. Excessive field-patching of lining or coating shall not be permitted. b. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. c. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. d. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-17 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 17 of 18 e. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. f. Promptly remove rejected pipe from the site. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 1) Clean, flush,pig, disinfect,hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. 2. Deflection Testing a. Prior to hydrostatic testing, the City's inspector and Contractor shall perform deflection testing at a minimum rate of 2 measurements for every joint of pipe. b. City may reiect any areas not meeting the deflection requirements of this Section. c. Complete internal welding of joints,welding inspections and grout of the inside joints prior to measuring deflection. The welding inspections shall be done by an independent CWI as described in Section 0145 23. d. Deflection measurements shall be made by the City's inspector and Contractor. 1) Welds that are defective will be replaced or repaired,whichever is deemed necessary by the City, at the Contractor's expense. 2) Method for taking measurements shall be agreed to by the City in writing prior to installing the first joint of pipe. 3) Measurements shall be recorded by the Contractor. 4) Make deflection measurements no sooner than 5 days and no later than 30 days after backrdling operations are complete. e. Determine deflection with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be clearly marked on the interior of the pipe. 1) For pipe joints 36 feet in length, or less,vertical measurements shall be taken at two locations, '/4-distance from each pipe end. 2) For pipe joints exceeding 36 feet in length,vertical measurements shall be taken at 3 locations including 1/4-distance from each pipe end and at the pipe midpoint. f. Correction of Pipe Not Complying with the Deflection Requirements 1) If the average joint deflection of a single joint of any single measurement fails to meet specifications, the entire joint shall be reworked in accordance with the manufacturer's recommendations and as directed by the City at no additional cost to the City. This may include uncovering the pipe, re-compaction of the pipe bedding, and repair of the coating. It is the Contractor's responsibility to continuously measure and calculate pipe deflection to verify it meets specification. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 33 11 13-18 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 18 of 18 3. Closed Circuit Television(CCTV) Inspection a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 0131. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d.—Size revision for stall requirement 12/20/2012 D.Johnson 2.2.B.10, 11, 12 and 13—Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts,nuts and gaskets CITY OF FORT WORTH WESTSIDE IIIAVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised August 1,2022 PROJECT DATE:AUGUST 2022 331114-1 BURIED STEEL PIPE AND FITTINGS Page 1 of 31 1 SECTION 33 1114 2 BURIED STEEL PIPE AND FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for petable water transmission applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.1.A.1 9 2. Modified 1.3.A.4.a 10 3. Added 1.3.A.6.j & k 11 4. Added 1.3.A.12.f 12 5. Modified 1.6.B.1.a.1 13 6. Modified 1.6.11.3.a 14 7. Added 1.6.13.3.1 15 8. Modified 1.6.C.1 16 9. Added 1.6.C.l.h &i 17 10. Modified 1.9.A.l.a,c, and d 18 11. Modified 1.10.A.4.d.4 19 12. Modified 2.2.B.2.a.1 20 13. Deleted 2.2.B.2.a.1.k.1 21 14. Modified 2.2.13.2.a.1.k.2 &3 22 15. Deleted 2.2.B.2.b.l.a 23 16. Added 2.2.13.2.b.l.c 24 17. Modified 2.2.11.3.a 25 18. Modified 2.2.B.3.b.1 & 3 26 19. Modified 2.2.13.4 27 20. Modified 2.2.B.7.a& e 28 21. Modified 2.2.B.8.b 29 22. Modified 2.2.13.10 30 23. Added 2.2.11.11.a.5 31 24. Modified 2.2.11.12.b, c, & d 32 25. Added 2.2.B.13 33 26. Modified 2.2.C.1.e.8, 9, & 10 34 27. Modified 2.2.C.1.g 35 28. Added 2.2.C.2.b.1 and 2. 36 29. Modified 2.2.C.2.c 37 30. Modified 2.2.C.2.d CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 31 1 31. Modified 2.2.C.4.a &e 2 32. Modified 2.2.C.S.a 3 33. Modified 2.2.C.6.b 4 34. Modified 2.2.C.8.a 5 35. Modified 2.2.C.9.c.3.b.1 6 36. Modified 2.2.C.9.c.8 7 37. Modified 2.2.C.9.d.1 8 38. Modified 2.2.C.9.e.3 & 6 9 39. Modified 2.2.C.10.b.9 10 40. Added 2.2.C.11 11 41. Added 2.4.D.2.e 12 42. Deleted 2A.D.3 13 43. Modified 3.4.A.1 14 44. Modified 3.4.13.2 15 45. Added 3.4.C.3 16 46. Modified 3A.D.Ld 17 47. Modified 3.4.D.2.a.3 18 48. Modified 3.4.E.6 19 49. Added 3.4.G.1.a.4 20 50. Modified 3.4.G.l.c 21 51. Modified 3.4.G 22 52. Modified 3.5.A 23 53. Deleted 3.5.A.l.a 24 54. Added 3.7.A.3.a.1-6 25 C. Related Specification Sections include,but are not necessarily limited to: 26 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 -General Requirements 29 3. Section 33 0131 -Closed Circuit Television(CCTV)Inspection 30 4. Section 33 04 10-Joint Bonding and Electrical Isolation 31 5. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 32 6. Section 33 05 10-Utility Trench Excavation, Embedment, and Backfill 33 7. Section 33 1105-Bolts,Nuts, and Gaskets 34 1.2 PRICE AND PAYMENT PROCEDURES 35 A. Measurement and Payment 36 1. Buried Steel Pipe 37 a. Measurement 38 1) Measured horizontally along the surface from center line to center line of 39 the fitting or appurtenance 40 b. Payment CITY OF FORT WORTH WESTSIDE IIIIIVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 3I 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per linear foot of"Steel AWWA C200 Pipe"installed for: 4 a) Various sizes 5 b) Various type of backfill 6 c. The price bid shall include: 7 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 8 Drawings 9 2) Mobilization 10 3) Coating 11 4) Lining 12 5) Pavement removal 13 6) Excavation 14 7) Hauling 15 8) Disposal of excess material 16 9) Furnishing,placement and compaction of embedment 17 10) Thrust restraint 18 11) Bolts and nuts 19 12) Welding 20 13) Gaskets 21 14) Furnishing,placement and compaction of backfill 22 15) Trench water stops 23 16) Clean-up 24 17) Cleaning 25 18) Disinfection 26 19) Testing 27 2. Buried Steel Pipe Fittings 28 a. Measurement 29 1) Measurement for this Item shall be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the 33 lump sum price bid for"Steel Fittings". 34 c. The price bid shall include: 35 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 36 Drawings 37 2) Mobilization 38 3) Coating 39 4) Lining 40 5) Pavement removal 41 6) Excavation 42 7) Hauling 43 8) Disposal of excess material 44 9) Furnishing,placement and compaction of embedment 45 10) Thrust restraint 46 11) Bolts and nuts 47 12) Welding 48 13) Gaskets 49 14) Furnishing,placement and compaction of backfill CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 31 1 15) Trench water stops 2 16) Clean-up 3 17) Cleaning 4 18) Disinfection 5 19) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. American Association of State Highway and Transportation Officials(AASHTO). 12 3. American Society of Mechanical Engineers (ASME): 13 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 14 4. ANSI International (ASTM): 15 a. n 307 Stafld -a Speeifieatio for-G,,.-bo Steel Belt aiid Studs 60,000 PD1 16 Tensile Stfeti A1931 Standard Specification for Allov-Steel and 17 Stainless Steel Bolting for High-Temperature or High-Pressure Service 18 and Other Special Purpose Application. 19 b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 20 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 21 Steel. 22 d. C33, Standard Specifications for Concrete Aggregates. 23 e. C 144, Standard Specification for Aggregate for Masonry Mortar. 24 f. C 150, Standard Specification for Portland Cement. 25 g. C216, Standard Specification for Facing Brick(Solid Masonry Units Made 26 from Clay or Shale). 27 h. D 16, Standard Terminology for Paint, Related Coatings, Materials, and 28 Applications. 29 i. D242, Standard Specification for Mineral Filler for Bituminous Paving 30 Mixtures. 31 J. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 32 Coatings. 33 k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 34 1. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable 35 Adhesion Testers. 36 in. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 37 5. American Welding Society(AWS) 38 a. D1.1, Structure Welding Code - Steel. 39 6. American Water Works Association (AWWA): 40 a. C200, Steel Water Pipe-6 Inches and Larger. 41 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 42 and Larger Shop-Applied. 43 c. C206, Field Welding of Steel Water Pipe. 44 d. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN 45 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 46 f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel 47 Water Pipelines. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-5 BURIED STEEL PIPE AND FITTINGS Page 5 of 31 1 g. C216, Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of 2 Special Sections, Connections, and Fittings for Steel Water Pipelines 3 h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 4 and Fittings 5 i. M11, Steel Pipe -A Guide for Design and Installation. 6 j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of 7 Special Sections, Connection, and Fittings for Steel Water Pipelines 8 k. C604, Installation of Steel Water Pipe 9 7. American Water Works Association/American National Standards Institute 10 (AWWA/ANSI): 11 a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 12 Fittings. 13 8. International Organization for Standardization(ISO). 14 9. NACE International (MACE): 15 a. SP0188, Discontinuity(Holiday) Testing of New Protective Coatings on 16 Conductive Substrates. 17 10. NSF International (NSF): 18 a. 61, Drinking Water System Components -Health Effects. 19 11. Spray Polyurethane Foam Alliance (SPFA). 20 12. Society for Protective Coatings(SSPC)/National Associate of Corrosion Engineers 21 (NACE) 22 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 23 b. SP 1, Solvent Cleaning. 24 c. SP 2, Hand Tool Cleaning. 25 d. SP 3, Power Tool Cleaning. 26 e. SP 10/NACE No. 2 Near-White Blast Cleaning 27 f. SP 5 White Metal Abrasive Blast 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 32 specials. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Exterior Coating 36 a. Material data 37 b. Application recommendations 38 c. Field touch-up procedures 39 2. Heat Shrink Sleeves, if applicable 40 a. Material data 41 b. Installation recommendations 42 3. Joint Wrappers, if applicable 43 a. Material data 44 b. Installation recommendations CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 31 1 4. Mixes 2 a. Mortar for interior joints and patches 3 b. Bonding agents for patches 4 5. Gaskets 5 B. Shop Drawings 6 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 7 Texas including: 8 a. Internal pressure 9 1) Maximum design working pressure 10 2) Surge pressure 11 b. External pressure 12 1) Deflection 13 2) Buckling 14 3) Extreme loading conditions 15 c. Special physical loading such as supports or joint design 16 d. Thermal expansion and/or contraction 17 2. Thrust restraint calculations for all fittings and valves including the restraint length 18 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 19 shown in the Drawings. 20 3. Fabrication and lay drawings showing a schematic location with profile and a 21 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 22 Texas and includes: 23 a. Pipe wall thickness 24 b. Joint types 25 c. Fittings 26 d. Outlets 27 e. Thrust Restraint 28 f. Stationing (in accordance with the Drawings) 29 g. Transitions 30 h. Joint deflection 31 i. Interior lining 32 j. Outlet locations for welding,ventilation, and access 33 k. Welding requirements and provisions for thermal stress control 34 1. Contractor's proposed field welding procedure in accordance with AWWA 35 C206 and AWS D1.1 36 C. Certificates and Test Reports 37 1. bier-to Within 30 days of shipment of the pipe, the pipe manufacturer shall submit 38 the following: 39 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 40 complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 41 and these Specifications. 42 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 43 c. Mill certificates, including chemical and physical test results for each heat of 44 steel. 45 d. A Certified Test Report from the polyurethane coating manufacturer indicating 46 that the coatings were applied in accordance with manufacturer's requirements 47 and in accordance with this Specification. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 31 1 e. Certified test reports for welder certification for factory and field welds in 2 accordance with AWWA C200, Section 4.11. 3 f. Certified test reports for cement mortar tests. 4 g. Certified test reports for steel cylinder tests. 5 h. Certified test reports for factory welds of fittings from an independent 6 certified welding inspector, not employed by the pipe manufacturer. 7 i. Certified test report for field welds from an independent certified welding 8 inspector, not employed by the pipe manufacturer. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Qualifications 13 1. Manufacturers 14 a. Shall be certified under S.P.F.A. or I.S.O. 9001 quality certification program 15 for steel pipe and accessory manufacturing 16 b. Finished pipe shall be the product of 1 manufacturer. 17 c. Pipe and fitting manufacturing operations (pipe, lining and coatings) shall be 18 performed under the control of the manufacturer. 19 d. The pipe manufacturer shall not have less than 5 years successful experience 20 manufacturing pipe, including the lining and coating, to AWWA Standards of 21 the particular type and size indicated or demonstrate an experience record that 22 is satisfactory to the Engineer and City. 23 1) This experience record will be thoroughly investigated by the Engineer, and 24 t i t 25 , 26 L,27 Pipe manufacturing operations(pipe, fittings,lining, coating) shall be 28 er or e u!jft the onjroj of th m n fa to er 29 e. anu acture pipe m accor ace witti tile latest revisions ot A U2UU, 30 AWWA C205, AWWA C210 and AWWA C222. 31 1.10 DELIVERY, STORAGE, AND HANDLING 32 A. Packing 33 1. Prepare pipe for shipment to: 34 a. Afford maximum protection from normal hazard of transportation 35 b. Allow pipe to reach project site in an undamaged condition 36 2. Pipe damaged in shipment shall not be delivered to the project site unless such 37 damaged pipe is properly repaired. 38 3. After the completed pipe and fittings have been removed from the final cure at the 39 manufacturing plant: 40 a. Protect pipe lining from drying by means of plastic end covers banded to the 41 pipe ends. 42 b. Maintain covers over the pipe ends at all times until ready to be installed. 43 c. Moisture shall be maintained inside the pipe by periodic addition of water, as 44 necessary. 45 4. Pipes shall be carefully supported during shipment and storage. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 31 1 a. Pipe,fittings and specials shall be separated so that they do not bear against 2 each other and the whole load shall be securely fastened to prevent movement 3 in transit. 4 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 5 c. Store pipe on padded skids, sand or dirt berms,tires or other suitable means to 6 protect the pipe from damage. 7 d. Each end of each length of pipe, fitting or special and the middle of each pipe 8 joint shall be internally supported and braced with stulls to maintain a true 9 circular shape. 10 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 11 that stulls remain in place during storage, shipment and installation. 12 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, 13 shipment and installation. 14 3) At a minimum,stulls shall be placed at each end and center. 15 a) Additional stulls may be required depending upon the length of the 16 joints and pipe design. 17 4) Stulls shall not be removed until backfill operations are complete. 18 , ' 19 satisf-ketion that removal of stalls-A4H affeet pipe 20 installation. 21 B. Delivery, Handling, and Storage 22 1. Once the first shipment of pipe has been delivered to the site,the Engineer and the 23 Contractor shall inspect the pipe's interior coating for excessive cracking. 24 2. If excessive cracking is found,the Contractor shall modify shipping procedures to 25 reduce or eliminate cracking. 26 3. Deliver, handle and store pipe in accordance with the manufacturer's 27 recommendations to protect coating systems. 28 4. Secure and maintain a location to store the material in accordance with Section 01 29 6600. 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [NOT USED] 34 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 35 A. Manufacturers 36 1. Only the manufacturers as listed by the City's Standard Products List will be 37 considered as shown in Section 0160 00. 38 a. The manufacturer must comply with this Specification and related Sections. 39 2. Any product that is not listed on the Standard Products List is considered a 40 substitution and shall be submitted in accordance with Section 01 25 00. 41 B. Materials 42 1. General CITY OF FORT WORTH WESTSIDE IIUIVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 31 1 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 2 C200, AWWA C205, AWWA C210 and AWWA C222. 3 b. All pipe lining material in contact with potable water shall meet the 4 requirements of NSF 61. 5 2. Exterior Polyurethane Coating 6 a. For Pipe: 7 1) Polyurethane Coating shall be factory applied and meet the requirements of 8 AWWA C222. Use a Coating Standard ASTM D16, Type V system which 9 is a 100 percent solids, 2-component polyurethane (or 2-package 10 polyisocyanate, polyol-cured urethane) coating. Polyurethane shall meet 11 the minimum laboratory testing standards. 12 a) Components shall have balanced viscosities in their liquid state and 13 shall not require agitation during use. 14 b) Conversion to Solids by Volume: 97 percent f 3 percent 15 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 16 d) Minimum Adhesion: 1500 h p ' o ipe which has Q 17 been blasted to comply wit P 5 ACE No. 2 18 (1) Cure Time: For handling in 2- minu es at 2 degrees F and full 19 cure within 7 days at 70 degrees F 20 e) Maximum Specific Gravities 21 (1) Polyisocyanate resin, 1.20 22 (2) Polyol resin, 1.15 23 f) Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter 24 steel ball 25 g) Minimum Tensile Strength: 2000 psi 26 h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in 27 accordance with ASTM D2240 28 1) Flexibility Resistance 29 (1) ASTM D522 using 1-inch mandrel 30 (2) Allow coating to cure for 7 days. 31 (3) Perform testing on test coupons held for 15 minutes at temperature 32 extremes specified above. 33 j) Dry Film Thickness: 35 mils 34 k) Coating shall be a self priming, plural component, 100 percent solids, 35 non-extended polyurethane, suitable for burial or immersion and shall 36 be: 37 38 industries 39 (2) Durashield 110, Durashield 210, or Durashield 310 as 40 manufactured by LifeLast, Inc., or 41 (3) Carboline Polygard 777 or 777PL 42 2) The coating manufacturer shall have a minimum of 5 years of experience in 43 the production of this type coating. 44 b. For Specials, Fittings, Repair and Connections 45 1) Provide shop-applied and field-applied coating as follows: 46 i, , respeetively, 47 , 48 b) Durashield 110,210, 310, or Durashield 310 JARS as manufactured by 49 LifeLast, Inc., or CITY OF FORT WORTH WESTSIDE llU1VN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 31 1 c) Carboline Polygard 777 or 777PL 2 d) Properties specified above. 3 e) Mix and apply polyurethane coatings in accordance with the coating 4 manufacturer's recommendations. 5 3. Cement Mortar Linings 6 a. Cement mortar linings shall be shop-applied(plant-spun). 7 b. Shop-applied cement mortar linings shall conform to the requirements of 8 AWWA C205 with the following modifications: 9 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not 10 leach in water. 11 2) Curing of the linings shall conform to the requirements of AWWA C205. 12 3) Cement mortar linings shall be dense and smooth without bumps, 13 blisters, ridges, or spalling, to the satisfaction of the Engineer. Lining 14 shall be in intimate contact with steel cylinder and shall not have a 15 drumming sound when tapped. 16 4. Gaskets 17 1) Flange gaskets in accordance with AWWA C207. 0-ring gaskets in 18 accordance with AWWA C200. 19 2) Provide Gaskets in accordance with Section 33 11 05. 20 5. Bolts and Nuts 21 a. Flanged Ends 22 1) Flange in accordance with AWWA C207. 23 2) Provide bolts and nuts in accordance with Section 33 11 05. 24 6. Flange Coatings 25 a. Flange Coatings in accordance with Section 33 11 05. 26 7. Steel shall: 27 a. Meet the requirements of AWWA C200 (42,000 psi minimum yield strength) 28 b. Be of continuous casting 29 c. Be homogeneous 30 d. Be suitable for field welding 31 e. Be fully killed 32 f. Be fine austenitic grain size 33 8. Bend Fittings 34 a. Fabricate all fittings from hydrostatically tested pipe. 35 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 36 All bend fittings shall have a minimum radius of 2.5 times the diameter. 37 9. Threaded Outlets 38 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 39 install brass bushings for the outlet size indicated. 40 10. Weld Lead Outlets 41 a. Use of threaded outlets for access for weld leads is permitted. 42 b. Additional outlet configurations shall be approved by the Engineer. 43 c. Outlets shall be welded after use and covered with a heat shrink sleeve. 44 11. Mixes 45 a. Mortar for Joints 46 1) Mortar shall be 1 part cement to 2 parts sand. 47 2) Cement shall be ASTM C 150, Type I or Il. 48 3) Sand shall be of sharp silica base. CITY OF FORT WORTH WESTSIDE Ill/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 31 1 a) Sand shall conform to ASTM C144. 2 4) Interior joint mortar shall be mixed with as little water as possible so that 3 the mortar is very stiff, but workable. 4 5) Exterior joint mortar shall be mixed to the consistency of a thick 5 cream. 6 6) Water for cement mortar shall be from a potable water source. 7 7) Mortar for patching shall be as per interior joints. 8 b. Bonding Agent 9 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 10 lining is in contact with potable water. 11 2) Bonding agent for cement mortar lining patching shall be: 12 a) Probond Epoxy Bonding Agent ET-150,parts A and B 13 b) Sikadur 32 Hi-Mod, or 14 c) Approved equal 15 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 16 a. Primer: Provide as recommended by the sleeve manufacturer. 17 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 18 manufacturer for all locations which have 1/8", or larger, change in outside 19 diameter. 20 1) Size and type shall be as recommended by the sleeve manufacturer for type 21 of pipe and joint. Filler material shall have a melting point of 500 22 degrees F or higher. Filler shall be Canusa SG79 or Raychem 23 covalence 939 filler. 24 c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 25 mils total thickness, suitable for pipeline operating temperature, sleeve material 26 recovery as recommended by the manufacturer. 27 1) Standard recovery sleeve shall be used for welded or bell and spigot 28 joints. High recovery sleeves shall be provided for flanged and coupling 29 style joints with a minimum of 50 percent recovery. 30 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 31 coating on each side of the joint. Sleeve shall be a minimum of 17 inches 32 wide. 33 3) Width to take into consideration shrinkage of the sleeve due to installation 34 and joint profile 35 d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 36 1) Canusa CPS: Aqua-Shield AQW—WAB System 37 21 n yeho.,., a Berry CPG—Covalence: Water Wrap-WAB 38 39 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 40 heat shrink sleeve. 41 13. Special Coatings in Tunnels and Casings: 42 a. Pipe within a casing or tunnel shall be a mortar coating over the 43 polyurethane coating. The coating shall contain at least two mortar bands 44 at a minimum of two inches thick and thick enough to have a larger 45 outside diameter than the bell(including heat shrink sleeve). The intent of 46 the mortar coating is to allow the pipe to be installed by skidding on rails. 47 The Manufacturer shall design the mortar bands and reinforcement 48 sufficiently to prevent damage to the coating from the installation process. 49 C. Performance/Design Criteria CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 31 1 1. Pipe Design 2 a. Steel pipe shall be designed,manufactured and tested in conformance with 3 AWWA C200,AWWA M11 and these Specifications. 4 b. Sizes and pressure classes (working pressure) shall be as shown below. 5 c. For the purpose of pipe design,the transient pressure plus working pressure 6 shall be as indicated below. 7 d. Fittings, specials and connections shall be designed for the same pressures as 8 the adjacent pipe. 9 e. Pipe design shall be based on trench conditions and the design pressure in 10 accordance with AWWA M11;using the following parameters: 11 1) Unit Weight of Fill(W)= 130 pounds per cubic foot 12 2) Live Load 13 a) =AASHTO HS 20, at all locations except at railroads 14 b) =Cooper E80, at Railroads 15 3) Trench Depth=As indicated in the Drawings 16 4) Deflection Lag Factor(Di)= 1.0 17 5) Coefficient(K)=0.10 18 6) Maximum Calculated Deflection: 19 a) Dx=3 percent(for polyurethane coated pipe) 20 D = rc nt for cement mortar coated pipe) Q 21 , 22 7 OR ac 'o M 1 23 or in ss re— 1 0 si me A C or W I 4 I & 24 250 psi(Lines EB for WSIII 24"/WS V) 25 a) Test Pressure 26 (1) No less than 1.25 minimum times the stated working pressure(187 27 psi minimum(WS III 42"/IV)and 312.5 (WS III 24"/WS V))of 28 the pipeline measured at the highest elevation along the test 29 section. Q 30 (2) No less than 1.5 times the stated working pressure(225 psi 31 minimum(WS III 42"/WS IV)and 375 psi(WS III 24"/WS V)) 32 at the lowest elevation of the test section. 33 ) Surge Allowance= 100 psi,minimum 34 a) Where Total Pressure(including surge)= 150 psi+ 100 psi=250 psi 35 (WS III 42"/WS IV)and 250 psi+ 100 psi=350 psi(WS III 36 4" S 37 10 esign pipe for fu 1 vacuum conditions without buckling or damage to 38 lining,coating,or pipe ioints. 39 f. Fittings and specials shall be: 40 1) Designed in accordance with AWWA C208 and AWWA M11 except that 41 crotch plates shall be used for outlet reinforcement for all Pressure 42 Diameter Values,PDV, greater than 6,000. 43 g. Where the pipe requires additional external support to achieve the specified 44 maximum deflection, the Contractor and pipe sup (with concurrence 45 from the pipe manufacturer) will be required to furnish alternate methods for 46 pipe embedment. 47 1) No additional compensation will be made to the Contractor by the City 48 where this method is required. 49 h. Trench depths indicated shall be verified after existing utilities are located. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 31 1 1) Vertical alignment changes required because of existing utility or other 2 conflicts shall be accommodated by an appropriate change in pipe design 3 depth. 4 2) In no case shall pipe be installed deeper than its design allows. 5 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 6 City. 7 2. Provisions for Thrust 8 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 9 1) Thrust at bends adjacent to casing shall be restrained by welding joints 10 through the casing and a sufficient distance each side of the casing. 11 2) The distance for thrust restraint shown on the Drawings is the minimum 12 restraint and does not relieve the manufacturer from calculating the restraint 13 needs as specified herein. 14 a) In no case shall the restrained distance be less than indicated on the 15 Drawings. 16 b. Restrained joints shall be used a sufficient distance from each side of the bend, 17 tee, plug or other fitting to resist thrust which develops at the design pressure of 18 the pipe. 19 1) At a minimum, all fittings and specials with outlets shall be welded to 20 connecting pipes regardless of if the fittings are indicated to be 21 restrained in the Drawings. 22 2) Weld all joints at vertical and horizontal points of inflection regardless 23 of if those locations are indicated to be restrained in the Drawings. 24 c. Restrained joints shall consist of welded joints (or flanged joints if shown on 25 the Drawings). 26 d. The length of pipe designed with restrained joints to resist thrust shall be 27 verified by the pipe manufacturer in accordance with AWWA M11 and the 28 following: 29 1) The weight of the earth (We) shall be calculated as the weight of the 30 projected soil prism above the pipe, for unsaturated soil conditions 31 2) Soil Density=44-0 130 pounds per cubic foot(maximum value to be used), 32 for unsaturated soil conditions 33 3) Coefficient of Friction=0.25 (maximum value to be used for polyurethane 34 coated steel pipe). 35 4) If indicated on the Drawings and the Geotechnical Borings that ground 36 water is expected, account for reduced soil density. 37 5) For horizontal bends, the length of pipe to be restrained shall be calculated 38 as follows: 39 40 L= PA(_1 —cos01 41 f(2We+ Wp+Ww) 42 43 Where: 44 0=Deflection angle 45 L=Length of pipe to be restrained on each side 46 P =internal pressure (working pressure plus surge allowance) 47 A =Cross sectional area of pipe steel cylinder I.D. 48 We=Weight of prism of soil over the pipe 49 Wp=Weight of pipe CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 31 1 WW=Weight of water 2 f=Coefficient of friction between pipe and soil 3 3. Inside Diameter 4 a. The inside diameter, including the cement-mortar lining, shall be a minimum of 5 the nominal diameter of the pipe specified, unless otherwise indicated on the 6 Drawings. 7 4. Wall Thickness 8 a. The minimum pipe wall steel thickness shall be as designed, but not less than 9 0.188 inches for WS IV and 0.25 inches for WS III/V or pipe D/240, 10 whichever is greater for pipe and fittings, with no minus tolerance, where D is 11 the nominal inside pipe diameter. Thickness must be sufficient to meet full 12 buried vacuum conditions in all locations. 13 b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe 14 wall. 15 c. The minimum steel wall thickness shall also be such that the fiber stress shall 16 not exceed: 17 1) 50 percent of the minimum yield strength of the steel for working pressure 18 and 19 2) 75 percent of the minimum yield strength of the steel at the maximum 20 pressure(including transient pressure),nor the following, at the specified 21 working pressure: 22 Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED 23 24 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 25 thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the 26 a i e et 27 e. ipe, tti gs an sped is ha 1 be d signe such ha the maximum stresses in 28 the pipe due to thrust loading will not exceed 18,00 23,000 psi.lid€ttti s 29 over- 15 deer-ees, pipe with 24 ineh andUreer-out4ets, and i"ess�haN have 30 the following minimum thieknessi 31 1) 36inehFiiiimeter- iifidsmo"eF-0 :1-i *fiehes 32 2) 37 ineh to 60 ineh et""—0.375; ,hes 33 5. cams 34 a. Except for mill-type pipe, the piping shall be made from steel plates or coils 35 rolled into cylinders or sections thereof with the longitudinal and girth seams 36 butt welded or shall be spirally formed and butt welded. 37 1) There shall be not more than 2 longitudinal seams. 38 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 39 except in specials and fittings. 40 6. Joint Length 41 a. Maximum joint length shall not exceed 50 feet. 42 b. Maximum joint length of steel pipe installed in casing shall mAet the Yr-o,;ec± 43 ir-ement*-not exceed 25 feet. 44 c. Manufactured random segments of pipe will not be permitted for straight runs 45 of pipe. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 31 1 1) Closing piece segments, however, shall be acceptable. 2 7. Joint Bonds, Insulated Connections and Flange Gaskets 3 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 4 with Section 33 04 10. 5 8. Bend Fittings 6 a. All bend fittings shall be long radius (minimum 2.5 times the pipe ID)to 7 permit passage of pipeline pigs. 8 9. Pipe Ends 9 a. Pipe ends shall be: 10 1) Lap welded slip joints 11 2) Butt strap joint 12 3) Flangedjoint 13 4) Flexible coupled joint 14 5) Roll groove gasket joint 15 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 16 resist thrust forces. 17 1) Thrust at bends adjacent to casing shall be restrained by welding joints 18 through the casing and a sufficient distance each side of the casing. 19 c. Rubber Gasket Joint 20 1) Rubber gasketed joints (0-ring or Carnegie Joints) will only be allowed for 21 pipe sizes 54-inch diameter and smaller. 22 2) Joints shall conform to AWWA C200 standard. 23 3) The joints shall consist of. 24 a) Bell 25 (1) Flared bell end formed and sized by forcing the pipe or a plug die 26 or by expanding on segmental dies. 27 b) Spigot 28 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 29 AWWA C200 and as shown as Item A or B in Figure 6-1 of the 30 AWWA M11 Fifth Edition. 31 4) The welded area of bell and spigot pipe ends shall be checked after forming 32 by the dye penetrant or magnetic particle method. 33 5) The difference in diameter between the interior diameter(LD.) of the bell 34 and the outer diameter(O.D.)of the spigot shoulder at point of full 35 engagement with an allowable deflection shall be no more than 0.04 inches 36 as measured on the circumference with a diameter tape. 37 6) The gasket shall have sufficient volume to approximately fill the area of the 38 groove and shall conform to AWWA C200. 39 7) The joint shall be suitable for the specified test and/or surge pressure and 40 deflection. 41 8) Joints shall be of clearances such that water tightness shall be provided 42 under all operating and test conditions with a pipe diameter deflection 43 base "aii the siipplied-pipe eaa4ing of five percent. 44 9) Joints shall be electrically continuous. 45 d. Lap Welded Slip Joint 46 1) Lap welded slip joint shall be provided in all locations for pipe larger than 47 48-inches and where joints are welded for thrust restraint. 48 2) Lap welded slip joints may be welded from the inside or outside. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 31 1 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 2 with 1 end expanded in order to receive a plain end making a bell and plain 3 end type of joint. 4 a) Clearance between the surfaces of lap joints shall not exceed 1/8 inch at 5 any point around the periphery. 6 4) In addition to the provisions for a minimum lap of 1`/2 inches as specified in 7 AWWA C200,the depth of bell shall be such as to provide for a minimum 8 distance of 1 inch between the weld and the nearest tangent of the bell 9 radius when welds are to be located on the inside of the pipe. 10 e. Fittings with Flanges 11 1) Flanged joints shall be provided at connections to valves and where 12 indicated on the Drawings. 13 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 14 welds ground flush to accommodate the type of flanges provided. 15 3) Pipe flanges and field welding of flanges to steel pipe shall conform to the 16 requirements of AWWA C207 and AWWA C206. 17 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 18 pipe class. 19 5) Flanges shall match the fittings or appurtenances which are to be attached. 20 6) Flanges shall be Class with 275 psi wafki aeeefdanee 21 ANVAIn !'207 and drilled;,., ., ,.,-.],,,,,,,,, !''lass 125 f r 22 afeas designated with a 225 test pfessttfe Flanges shall be Class E for 23 working pressure in excess of 150 psi and up to 275 psi in accordance 24 with AWWA C207 and as needed to match appurtenances. Drillings 25 per AWWA C207 or as needed to match valves or equipment 26 7) When Isolation Flanges are required by the Drawings, Drillings shall 27 accommodate the required spacing for mylar sleeves according to Section 28 33 04 10. 29 f. Flexible Couplings 30 1) Flexible couplings shall be provided where specified on the Drawings. 31 2) Ends to be joined by flexible couplings shall be: 32 a) Plain-end type, prepared as stipulated in AWWA C200. 33 b) Welds on ends to be joined by couplings shall be ground flush to 34 permit slipping the coupling in at least 1 direction to clear the pipe 35 joint. 36 c) Harness bolts and lugs shall comply with AWWA M11. 37 g. Butt Strap Closure Joints 38 1) Where necessary to make closure to pipe previously laid, closure joints 39 shall be installed using butt strap joints in accordance with AWWA C206 40 and applicable provisions of this Specification. 41 10. Polyurethane Coating 42 a. Applicator Qualifications 43 1) Equipment shall be certified by the coating manufacturer to meet the 44 requirements for: 45 a) Material mixing 46 b) Temperature control 47 c) Application rate 48 d) Ratio control for multi-part coatings CITY OF FORT WORTH WESTSIDE 111/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 31 1 2) Equipment not meeting the written requirements of the coating 2 manufacturer shall be rejected for coating application until repairs or 3 replacement of the equipment is made to the satisfaction of the City. 4 3) Personnel responsible for the application of the coating system shall: 5 a) Provide certification of attendance at the coating manufacturer's 6 training class within the last 3 years 7 b) Be present during all coating application work and shall have 8 responsibility for controlling all aspects of the coating application 9 b. Surface Preparation 10 1) Remove visible oil, grease, dirt and contamination in accordance with 11 SSPC SP 1. 12 2) Remove surface imperfections such as metal slivers,burrs, weld splatter, 13 gouges or delaminations in the metal by filing or grinding prior to abrasive 14 surface preparation. 15 3) In cold weather or when moisture collects on the pipe and the temperature 16 of the pipe is less than 45 degrees F,preheat pipe to a temperature between 17 45 and 90 degrees F and 5 degrees F above dew point. 18 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 19 produce the surface preparation cleanliness as required by coating 20 manufacturer and as specified. 21 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 22 air wash separator. 23 5) Blast media mixture and gradation shall be adequate to achieve a sharp 24 angular surface profile as required by coating manufacturer and to the 25 minimum depth specified. 26 6) Protect prepared pipe from humidity, moisture and rain. 27 7) Keep pipe clean, dry and free of flash rust. 28 a) Remove all flash rust, imperfections or contamination on cleaned pipe 29 surface by reblasting prior to primer application. 30 8) Complete priming and coating of pipe in a continuous operation the same 31 day as surface preparation. 32 9) Abrasive blast exterior surfaces in accordance with SSPG SP ,WN A rNE). 33 -2 SSPC SP 5; to a ne white metal blast cleaning with a minimum 3.0 mil 34 angular profile in bare steel. 35 c. Equipment 36 1) 2-component,heated airless spray unit in accordance with coating 37 manufacturer's recommendation 38 d. Temperature 39 1) Minimum 5 degrees F above dew point temperature 40 a) The temperature of the surface shall not be less than 60 degrees F 41 during application. 42 e. Humidity 43 1) Heating of pipe surfaces may be required to meet requirements of this 44 Section if relative humidity exceeds 80 percent. 45 f. Resin 46 1) Do not thin or mix resins; use as received. 47 2) Store resins at a temperature recommended by the coating manufacturer. 48 g. Application 49 1) Applicator shall be certified by the coating manufacturer and conform to 50 coating manufacturer's recommendations. CITY OF FORT WORTH WESTSIDE 111/1 VN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 31 1 a) Thinning is not permitted. 2 2) Apply directly to pipe to achieve a total dry film thickness (DFT)of 35 3 mils. 4 3) Multiple-pass, 1 coat application process is permitted provided maximum 5 allowable recoat time specified by coating manufacturer is not exceeded. 6 4) Provide cutbacks in accordance with coating manufacturer's 7 recommendations as appropriate for the type of joint and heat shrink sleeve 8 to be used. 9 h. Recoating 10 1) Recoat only when coating has cured less than maximum time specified by 11 coating manufacturer. 12 2) When coating has cured for more than recoat time,brush-blast or 13 thoroughly sand the surface. 14 3) Blow-off cleaning using clean, dry,high pressure compressed air. 15 i. Curing 16 1) Do not handle pipe until coating has been allowed to cure, per 17 manufacturer's recommendations. 18 11. Joint Primer for Holdback 19 a. Prime coating and lining holdback area per manufacturer's 20 recommendation appropriate for field welding. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL 23 A. Marking for Identification 24 1. For each joint of pipe and each fitting,plainly mark on 1 end: 25 a. Class for which it is designated 26 b. Date of manufacturer 27 c. Identification number 28 d. Top centerlines shall be marked on all specials 29 B. Factory Testing 30 1. Cement Mortar Lining- Shop-applied cement mortar linings shall be tested in 31 accordance with AWWA C205. 32 2. Polyurethane Coating-The polyurethane coating shall be tested in accordance with 33 AWWA C222. 34 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 35 1) Test coating system applied to the pipe for holidays according to the 36 procedures outlined in NACE SP0188 using a high voltage spark tester 37 (operating at 100 volts per mil),for the dry film thickness (DFT) specified 38 of 35 mil. 39 b. Adhesion Testing 40 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 41 pounds per square inch,minimum. 42 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 43 off equipment, such as HATE Model 108 or Delfesko Positest, in 44 accordance with ASTM D4541 and AWWA C222, except as modified in 45 this Section. 46 3) Adhesion testing records shall include: CITY OF FORT WORTH WESTSIDE IIIQV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 31 1 a) Pipe identification 2 b) Surface tested(interior or exterior) 3 c) Surface temperature 4 d) Coating thickness 5 e) Tensile force applied 6 0 Mode of failure 7 g) Percentage of substrate failure relative of dolly surface 8 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 9 for a minimum of 12 hours. 10 a) Because of high cohesive strength, score polyurethane coatings around 11 the dolly prior to conducting the adhesion test. 12 5) Failure shall be by adhesive and cohesive failure only. 13 a) Adhesive failure is defined as separation of the coating from the steel 14 substrate. 15 b) Cohesive failure is defined as failure within the coating, resulting in 16 coating remaining both on the steel substrate and dolly. 17 6) Retest partial adhesion and glue failure if the substrate failure is less than 18 50 percent relative of the dolly surface area and the applied tension was less 19 than the specified adhesion. 20 7) Glue failures in excess of the minimum required tensile adhesion are 21 accepted as meeting the specified adhesion requirements. 22 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 23 lining independently(where applicable). 24 9) Frequency of adhesion testing in accordance with AWWA C222. 25 10) Randomly select repair patches on the polyurethane coating for adhesion 26 testing in a manner as described herein and at the discretion of the coating 27 inspector conducting the adhesion tests. 28 a) Adhesion of repairs shall be as specified by the coating manufacturer 29 for the type of repair. 30 C. Manufacturer's Technician for Pipe Installation 31 1. Pipe Manufacturer's Representative 32 a. If required by the Engineer or requested by the Contractor during construction, 33 the pipe manufacturer shall furnish the services of a factory trained, qualified, 34 job experienced technician to advise and instruct as necessary in pipe laying 35 and pipe jointing. 36 1) The technician shall assist and advise the Contractor in his pipe laying 37 operations and shall instruct construction personnel in proper joint 38 assembly and joint inspection procedures. 39 2) The technician is not required to be on-site full time; however, the 40 technician shall be regularly on-site during the first 2 weeks of pipe laying 41 and thereafter as requested by the Engineer, City or Contractor. 42 2. Polyurethane Coating Manufacturer's Representative 43 a. The pipe manufacturer shall provide services of polyurethane coating 44 manufacturer's representative and a representative from the heat shrink joint 45 manufacturer for a period of not less than 3 days at beginning of actual pipe 46 laying operations to advise Contractor and City regarding installation, including 47 but not limited to: 48 1) Handling and storage 49 2) Cleaning and inspecting CITY OF FORT WORTH WESTSIDE IIUIV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-20 BURIED STEEL PIPE AND FITTINGS Page 20 of 31 1 3) Coating repairs 2 4) Field applied coating 3 5) Heat shrink installation procedures 4 6) General construction methods and how they may affect pipe coating 5 b. Representative shall be required to return if, in the opinion of the Engineer,the 6 polyurethane coating or the Contractor's construction methods do not comply 7 with Contract Specifications. 8 1) Cost for the manufacturer's representatives to return to the site shall beat 9 no additional cost to the City. 10 D. Hydrostatic Pressure Testing 11 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 12 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 13 a. The internal test pressure shall be that which results in a fiber stress equal to 75 14 percent of the minimum yield strength of the steel used. 15 b. Each joint of pipe tested shall be completely watertight under maximum test 16 pressure. 17 c. Test pressure shall be held for sufficient time to observe the weld seams. 18 d. Maintain a recording pressure gauge,reference number of pipe tested, etc. 19 1) The pipe shall be numbered in order that this information can be recorded. 20 e. Fittings shall be fabricated from hydrostatically tested pipe. All welds on 21 fittings shall be tested by hydrostatic test, ultrasonic test, air test, or 22 magnetic particle test. Air test shall be made by applying air to the welds 23 at 10 pounds per square inch pressure and checking for leaks around and 24 through welds with a soap solution. In addition, 5 percent of welds on 25 fittings shall be checked with x-ray or ultrasonic testing by an independent 26 certified welding inspector paid for by the Pipe Manufacturer. 27 3. Test fittings by: 28 29 b. Alagnetie partiele test 30 e. Ultrasonie 31 d. Rfidiogra 32 e. Dye penetrant te-st 33 E. City Testing and Inspection 34 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 35 testing laboratory, which laboratory shall be selected and retained by the City. 36 a. Representatives of the City, City's laboratory, or the Engineer shall have access 37 to the work whenever it is in preparation or progress. 38 b. Pipe manufacturer shall provide proper facilities for access and for inspection. 39 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 40 to the pipe fabrication so that the City may advise the manufacturer as to the 41 City's decision regarding tests to be performed by an independent testing 42 laboratory. 43 d. Material, fabricated parts and pipe, which are discovered to be defective, or 44 which do not conform to the requirements of this Specification shall be subject 45 to rejection at any time prior to City's final acceptance of the product. 46 2. The inspection and testing by the independent testing laboratory anticipates that 47 production of pipe shall be done over a normal period of time and without"slow 48 downs" or other abnormal delays. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-21 BURIED STEEL PIPE AND FITTINGS Page 21 of 31 1 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 2 Contractor and advise the Contractor of any changes in the schedule. 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install steel pipe,fittings, specials and appurtenances as specified herein, as 10 specified in AWWA M11, in accordance with the pipe manufaeturer's 11 AWWA C604 and as required for the proper functioning of the 12 completed pipe line. 13 2. Lay pipe to the lines and grades as indicated in the Drawings. 14 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 15 4. For installation of carrier pipe within casing, see Section 33 05 24. 16 5. Inspect and test each joint for holidays just prior to pipe being lowered into the 17 ditch. 18 a. All damaged areas and holidays are to be repaired before the pipe is lowered 19 into the trench. 20 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 21 7. Maximum allowable pipe deflection is limited to: 22 a. 2 percent for mortar coated steel pipe 23 b. 3 percent for polyurethane coated steel pipe 24 8. Install bonds at all pipe joints, except for welded joints or insulated joints. 25 B. Pipe Handling 26 1. Haul and distribute pipe and fittings at the project site. 27 2. Handle pipe with care to avoid damage. 28 a. Pipe shall be handled at all times with su€€>teient a minimum of two non- 29 abrasive slings,belts or other equipment designed to prevent damage to the 30 coating or lining. 31 b. The spacing of pipe supports required to handle the pipe shall be adequate to 32 prevent cracking or damage to the lining or coating. For joints exceeding 40 33 feet, a spreader bar shall be used. 34 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 35 lowering into the trench. 36 d. The equipment shall be kept in such repair that its continued use is not injurious 37 to the coating. 38 e. Do not lay pipe in wet conditions. 39 3. At the close of each operating day: 40 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 41 the laying operation. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-22 BURIED STEEL PIPE AND FITTINGS Page 22 of 31 1 b. Effectively seal the open end of the pipe using a gasketed night cap. 2 C. Line Up at Bends 3 1. Line up pipe for joining so as to prevent damage thereto. 4 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 5 matter, rust and scale before placing spigot into bell. 6 2. Where abrupt changes in grade and direction occur, employ special shop fabricated 7 fittings for the purpose. 8 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 9 or direction of the line shall not be permitted. 10 3. Over-stabbed ioins shall not be acceptable. A ioint shall be considered over- II stabbed if the stabbed section is greater than the manufacturer's 12 recommendation. All over-stabbed ioints shall be re-stabbed,but-strapped, or 13 welded. 14 D. Pipe Laying 15 1. Rubber Gasket Joints 16 a. Join rubber gasket joints in accordance with the manufacturer's 17 recommendations. 18 b. Clean bell and spigot of foreign material. 19 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 20 the pipe. 21 d. Engage spigot as far as possible in bell. Use ioint spacers to prevent over- 22 stabbing the bell. 23 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 24 f. Check gasket with feeler gauge all around the pipe. 25 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 26 gaskets or approved equal. 27 2. Welded Joints 28 a. Weld joints in accordance with AWWA C206. 29 1) Contractor shall provide adequate ventilation for welders and for City's 30 representative to observe welds. 31 2) Welds shall be full circle fillet welds, unless otherwise specified. 32 3) Welding shall be completed after application of field applied joint coating 33 if weld after backfill is used. 34 b. Adequate provisions for reducing temperature stresses shall be the 35 responsibility of the Contractor. 36 c. After the pipe has been joined and properly aligned and prior to the start of the 37 welding procedure: 38 1) The spigot and bell shall be made essentially concentric by shimming or 39 tacking to obtain clearance tolerance around the periphery of the joint. 40 2) In no case shall the clearance tolerance be permitted to accumulate. 41 d. Before welding: 42 1) Thoroughly clean pipe ends. 43 2) Weld pipe by machine or by the manual shielded electric arc process. 44 3) Welding shall be performed so as not to damage lining or coating. 45 4) Cover the polyurethane coating as necessary to protect from weld splatter. 46 e. Furnish labor, equipment, tools and supplies, including shielded type welding 47 rod. 48 1) Protect welding rod from any deterioration prior to its use. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-23 BURIED STEEL PIPE AND FITTINGS Page 23 of 31 1 2) If any portion of a box or carton is damaged,reject the entire box or carton. 2 f. Hand Welding 3 1) The metal shall be deposited in successive layers. 4 2) Not more than 1/8 inch of metal shall be deposited in each pass. 5 3) Each pass except the final 1,whether in butt or fillet welds, shall be 6 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 7 dirt, slag or flux before the succeeding bead is applied. 8 4) Each pass shall be thoroughly fused into the plates at each side of the 9 welding groove or fillet and shall not be permitted to pile up in the center of 10 the weld. 11 5) Undercutting along the side shall not be permitted. 12 g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, 13 undercutting and/or any other defects. 14 h. If the ends of the pipe are laminated, split or damaged to the extent that 15 satisfactory welding contact cannot be obtained, remove the pipe from the line. 16 i. Furnish each welder employed with a steel stencil for marking the welds, so 17 that the work of each welder may be identified. 18 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 19 to him. 20 1) In the event any welder leaves the job,his stencil shall be voided and not 21 duplicated if another welder is employed. 22 k. Welders 23 1) Use only competent, skilled and qualified workmen. 24 a) Each welder employed by the Contractor shall be required to 25 satisfactorily pass a welding test in accordance with AWWA C206 26 before being allowed to weld on the line. 27 b) After each welder has qualified in the preliminary tests referred to 28 above, inspections shall be made of joints in the line. 29 c) Any welder making defective welds shall not be allowed to continue to 30 weld. 31 E. Interior Joint Grouting 32 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 33 collected in the joint and moisten the concrete surfaces of the joint space by 34 spraying or brushing with a wet brush. 35 2. Fill the inside of the joint recess with a stiff cement mortar. 36 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots 37 are required, apply a bonding agent to mortar and steel surface prior to placing joint 38 mortar. 39 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 40 that no voids remain in the joint space. 41 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 42 surfaces of the pipe with a steel trowel so that the surface is smooth. 43 6. Interior joints of pipe 24 ineh and s.v.alle shall have the bell buttered with mortar, 44 prior to inserting the spigot, such that when the spigot is pushed into position it will 45 extrude surplus mortar from the joint. 46 a. The surplus mortar shall be struck off flush with the inside of the pipe by 47 pulling a filled burlap bag or inflated ball through the pipe with a rope. CITY OF FORT WORTH WESTSIDE 111/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-24 BURIED STEEL PIPE AND FITTINGS Page 24 of31 1 F. Exterior Joint Protection 2 1. Heat Shrink Sleeves 3 a. General 4 1) Buried pipe joints shall be field coated after pipe assembly in accordance 5 with AWWA C216, using Heat Shrink Sleeves. 6 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 7 coating by a minimum of 3 inches. 8 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 9 width will not be permitted. 10 b. Installation 11 1) Clean pipe surface and adjacent coating of all mud, oil,grease, rust and 12 other foreign contaminates with a wire brush in accordance with 13 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 14 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 15 a) Clean the full circumference of the pipe and a minimum of 6 inches 16 onto the existing coating. 17 2) Remove all loose or damaged pipe coating at joint and either repair the 18 coating as specified herein or increase the length of the joint coating, where 19 reasonable and practical. 20 3) Complete joint bonding of non-welded pipe joints before application of 21 joint coating. 22 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 23 bonds shall be filled with mastic sealant. 24 5) Store sleeves in shipping box until use is required. 25 a) Keep dry and sheltered from exposure to direct sunlight. 26 b) Store off the ground or concrete floors and maintain at a temperature 27 between 60 degrees F and 100 degrees F as recommended by the sleeve 28 manufacturer. 29 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 30 application. 31 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 32 recommended by the sleeve manufacturer. 33 a) Monitor pipe temperature using a surface temperature gauge, infrared 34 thermometer or color changing crayons. 35 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 36 or shields and do not permit the joint to cool. 37 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 38 mastic filler in accordance with the manufacturer's recommendations for 39 the full circumference of the pipe. 40 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 41 degrees F and while maintaining the pipe temperature above the preheat 42 temperature specified. 43 10) Apply sleeve in accordance with the manufacturer's instructions and center 44 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 45 existing pipe coating. 46 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 47 around heaters. 48 a) Hold flame a minimum of 6 inches from the sleeve surface. 49 b) Periodically roll the coating on the pipe surface. CITY OF FORT WORTH WESTSIDE IIIIIVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 31 1 c) Heat from the center of the sleeve to the outer edge until properly 2 seated, then begin in the opposite direction. 3 d) Monitor sleeve for color change, where appropriate, or with appropriate 4 temperature gauges. 5 e) Take care not to excessively heat the parent coating. 6 12) Completed joint sleeve shall be fully bonded to the pipe and existing 7 coating surface, without voids, mastic beading shall be visible along the full 8 circumference of the sleeve, and there shall be no wrinkling or excessive 9 burns on the sleeves. 10 a) Sleeves which do not meet these requirements shall be removed and the 11 joint recoated as directed by the Engineer. 12 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13 13) Allow the sleeve to cool before moving,handling or backfilling. In hot 14 climates,provide shading from direct sunlight. 15 a) Water quenching will be allowed only when permitted by the sleeve 16 manufacturer. 17 G. Protective Welded Joints Coating System—Weld After Backfill 18 1. General 19 a. Application of protective coating at the pipe joints will be as follows: 20 1) Apply a joint coating system consisting of a factory applied 35 mil 21 polyurethane coating 22 2) A field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape 23 heat resistant tape at the location of the welding 24 3) A field applied 110 mil (full recovered thickness)by 18 inch wide 25 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 26 4) In lieu of the CANUSA sleeve, contractor may use a sinile sleeve Berry 27 CPG-Covalence: Water wrap WAR 28 5) After the heat shrinkable joint sleeve is installed, backfill the trench and 29 then weld the joint. 30 b. The Contractor is responsible for his operations so that they do not damage the 31 factory applied coating system. 32 c. When applying the 3- joint coating system for post welding the joints, the 33 Contractor must show that his operation will not damage the joint coating 34 system to the Engineer's satisfaction. 35 d. The Contractor will be required to fully uncover a maximum of 10 joints, 36 selected at random by the Engineer or City to visually inspect and test the joint 37 after welding. Any damage must be repaired. 38 1) If the Contractor's welding procedure damages the joint coating 39 system, the Contractor, at the direction of the Engineer,will be required to 40 modify his welding procedure. 41 2. Joint Coating 42 a. Apply Joint Coating System before Welding the Joint 43 b. Pipe Manufacturing and Heat Tape 44 1) A 35-mil thickness polyurethane coating shall be applied over entire length 45 of pipe. 46 2) The Contractor shall field apply 60-mil thick by 6-inch wide strip of 47 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 48 the pipe,centered on the location of the welding, over a 35 mil factory 49 applied polyurethane coating. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-26 BURIED STEEL PIPE AND FITTINGS Page 26 of 31 1 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 2 1) Clean pipe surface and adjacent coating of all mud, oil,grease, rust and 3 other foreign contaminates with a wire brush in accordance with 4 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 5 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 6 a) Clean the full circumference of the pipe and a minimum of 6 inches 7 onto the existing coating. 8 2) Remove all loose or damaged pipe coating at joint and either repair the 9 coating as specified herein or increase the length of the joint coating,where 10 reasonable and practical. 11 3) Complete joint bonding of pipe joints before application of joint coating. 12 a) Joint bonds shall be low profile bonds and all gaps and crevices around 13 the bonds shall be filled with mastic sealant. 14 4) Store sleeves in shipping box until use is required. 15 a) Keep dry and sheltered from exposure to direct sunlight. 16 b) Store off the ground or concrete floors and maintain at a temperature 17 between 60 degrees F and 100 degrees F as recommended by the sleeve 18 manufacturer. 19 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 20 application. 21 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 22 recommended by the sleeve manufacturer. 23 a) Monitor pipe temperature using a surface temperature gauge, infrared 24 thermometer or color changing crayons. 25 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 26 or shields and do not permit the joint to cool. 27 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 28 mastic filler in accordance with the manufacturer's recommendations for 29 the full circumference of the pipe. 30 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 31 degrees F and while maintaining the pipe temperature above the preheat 32 temperature specified. 33 a) Apply sleeve in accordance with the manufacturer's instructions and 34 center the sleeve over the joint to provide a minimum of 3-inch overlay 35 onto the existing pipe coating. 36 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 37 around heaters. 38 a) Hold flame a minimum of 6 inches from the sleeve surface. 39 b) Periodically roll the coating on the pipe surface. 40 c) Heat from the center of the sleeve to the outer edge until properly 41 seated, then begin in the opposite direction. 42 d) Take care not to excessively heat the parent coating. 43 e) Monitor sleeve for color change, where appropriate, or with appropriate 44 temperature gauges. 45 10) Completed joint sleeve shall be fully bonded to the pipe and existing 46 coating surface, without voids, mastic beading shall be visible along the full 47 circumference of the sleeve, and there shall be no wrinkling or excessive 48 burns on the sleeves. 49 a) Sleeves which do not meet these requirements shall be removed and the 50 joint recoated as directed by the Engineer. CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-27 BURIED STEEL PIPE AND FITTINGS Page 27 of 31 I b) Minor repairs may be repaired using heat shrink sleeve repair kits. 2 11) Allow the sleeve to cool before moving, handling or backfilling. 3 a) In hot climates, provide shading from direct sunlight. 4 b) Water quenching will be allowed only when permitted by the sleeve 5 manufacturer. 6 12) Holiday testing shall be performed using a high voltage holiday tester 7 (operating at 100 volts per mil) at each joint after field application of heat 8 shrinkable joint sleeve per SP0188. 9 a) If any holidays or cuts are detected, the sleeve shall be repaired using 10 the heat shrink sleeve manufacturer's recommendation. I 1 b) The damaged area shall be covered with a minimum of 50-mm overlap 12 around the damaged area. 13 H. Protection of Buried Metal 14 1. Coat buried ferrous metal such as bolts and flanges,which cannot be protected with 15 factory or field-applied polyurethane coatings or heat shrink sleeves,with 2 wraps 16 of wax tape and encase in flowable fill. 17 3.5 REPAIR 18 A. Repair and Field Touchup of Polyurethane Coating 19 1. For repair and field touch-up of polyurethane coating, apply: 21 b. Lifelast Durasheild 110, 210, 310 or 310 JARS 22 c. Carboline 777 or 777PL 23 d. Coating manufacturer's recommendation 24 2. Holidays 25 a. Remove all traces of oil, grease, dust, dirt and other debris. 26 b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). 27 c. Apply a 35-mil coat of repair material described above. 28 d. Work repair material into scratched surface by brushing or rolling in 29 accordance with manufacturer's recommendations. 30 e. Retest for Holiday. 31 3. Field Cuts or Large Damage 32 a. If in the opinion of the City the polyurethane coating is excessively damaged, 33 the pipe segment will be rejected until the coating system is removed and 34 replaced so that the system is in a like-new condition. 35 b. Remove burrs from field cut ends or handling damage and smooth out edge of 36 polyurethane coating. 37 c. Remove all traces of oil, grease, dust, dirt and other debris. 38 d. Roughen area to be patched with rough grade sandpaper(40 grit). 39 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 40 area to be patched. 41 f. Apply a 35-mil coat of repair material described above, in accordance with 42 manufacturer's recommendations. 43 g. Work repair material into scratched surface by brushing. 44 h. Feather edges of repair material into prepared surface. 45 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 46 cut. 47 j. Test repairs for holidays. CITY OF FORT WORTH WESTSIDE III/IV/V MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-28 BURIED STEEL PIPE AND FITTINGS Page 28 of 31 1 B. Patch of Cement Mortar Lining 2 1. Repair cracks larger than 1/16 inch. 3 2. Pipes with disbonded linings will be rejected. 4 3. Excessive patching of lining shall not be permitted. 5 4. Repair in accordance with AWWA C205 and as follows: 6 a. Apply bonding agent to patch area. 7 b. Patching of lining shall be allowed where area to be repaired does not exceed 8 100 square inches and has no dimension greater than 12 inches. 9 c. In general, there shall be not more than 1 patch in the lining of any joint of 10 pipe. 11 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 12 6. Do not install patched pipe until the patch has been properly and adequately cured, 13 unless approved by the City. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Quality Control of Field Applied Polyurethane Coating 18 a. Surface Preparation 19 1) Visually inspect surface preparation to ensure cleanliness and dryness 20 requirements have been met. 21 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 22 being achieved. 23 b. Visual 24 1) Visually inspect cured coating to ensure that the coating is completely 25 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 26 "sticky" or "gooey" areas. 27 2) Check to ensure that the coating completely covers the steel and existing 28 coating. 29 c. Thickness 30 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 31 adequate thickness has been achieved according to SSPC PA 2. 32 a) If the thickness of the coating is below the minimum specified millage 33 anywhere along the length of the pipe,then adjustments must be made 34 to the spray system to correct the problem. 35 2) At a minimum,the thickness shall be measured for every 50 square feet of 36 sprayed area. 37 d. Adhesion 38 1) Perform the following procedure on a minimum of 1 joint per day: 39 a) Select area to test that has cured for at least 1 hour for fast setting 40 coatings. 41 b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. 42 e. Holiday Testing 43 1) Holiday testing shall be performed using a high voltage holiday tester at 44 each joint no sooner than I hour after field application of polyurethane 45 coating. 46 f. Inspection at Welding Joints CITY OF FORT WORTH WESTSIDE HI/1VN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-29 BURIED STEEL PIPE AND FITTINGS Page 29 of 31 1 1) When applying the 3 layer joint coating system for post welding the joints, 2 the Contractor must show that his operation will not damage the joint 3 coating system to the Engineer's satisfaction. 4 2) The Contractor will be required to fully uncover a maximum of 10 joints, 5 selected at random by the Engineer or City to visually inspect and test the 6 joint after welding. 7 3) Any damage must be repaired. 8 4) If the Contractor's welding procedure damages the 3 layer joint coating 9 system, the Contractor, at the direction of the Engineer, will be required to 10 modify his welding procedure. 11 2. Weld Testing 12 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 13 accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed 14 by the Contractor under the supervision and inspection of the City's 15 Representative or an independent testing laboratory, on all full welded joints. 16 1) Welds that are defective will be replaced or repaired, whichever is deemed 17 necessary by the Engineer, at the Contractor's expense. 18 2) If the Contractor disagrees with the Engineer's interpretation of welding 19 tests, test sections maybe cut from the joint for physical testing. The 20 Contractor shall bear the expense of repairing the joint,regardless of the 21 results of physical testing. 22 3) The procedure for repairing the joint shall be approved by the Engineer 23 before proceeding. 24 3. Deflection Testing 25 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 26 at a minimum rate . 27 and per the requirements as indicated below. 28 1) Complete internal welding of joins,welding inspections and grout of 29 the inside ioints prior to measure deflection. The welding inspections 30 shall be done by an independent CWI. 31 2) Measure deflection in the presence of the City. 32 a) Replace or repair defective welds, as deemed necessary by the City, 33 at the Contractor's expense. 34 b) Measurement method used to determine deflection shall be agreed 35 upon in writing amongst the City, Contractor, and Engineer prior 36 to installing the first joint of pipe. 37 c) Record and document all measurements. 38 d) Measure deflection no sooner than 5 days and no later than 30 days 39 after backfilling operations are complete. 40 3) Determine deflection with vertical measurements taken at the locations 41 indicated below. Locations where vertical measurements are taken 42 shall be clearly marked on the interior of the pipe. 43 a) Pipe joints 36-feet in length or less: vertical measurements shall be 44 taken at two locations, % distance from each pipe end. 45 b) Pipe joints exceeding 36 feet: vertical measurements shall be taken 46 at 3 locations including'/4 distance from each pipe end and at the 47 pipe midpoint. 48 4) Correction of Pipe Not Complying with Deflection Requirements CITY OF FORT WORTH WESTSIDE IIUIVN MULTIPLE TRANSMISSION MAINS-MAP-KUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-30 BURIED STEEL PIPE AND FITTINGS Page 30 of 31 1 a) If the average joint deflection of a single joint, or any single 2 measurement, fails to meet specifications, the entire joint shall be 3 re-worked in accordance with the manufacturer's 4 recommendations and as directed by the City at no additional cost 5 to the City. This may include uncovering the pipe, re-compaction 6 of the pipe bedding, and repair of the coating. It is the 7 Contractor's responsibility to continuously measure and calculate 8 pipe deflection to verify it meets specification. 9 b) All costs associated with measuring the pipe deflection and any 10 repairs or rework associated with meeting these requirements shall 11 be borne by the Contractor. 12 5) Pipe Deflection Reports 13 a) Submit monthly reports as Record Data showing allowable 14 deflection, 1.5 times allowable deflection, the deflection 15 measurements, and calculated average deflection for each location 16 measured per joint for each joint of pipe. 17 b) Contractor shall verify that the nominal pipe diameter mees 18 specifications at all measured locations. Contractor shall 19 coordinate pipe replacement with the pipe manufacturer for any 20 pipe not meeting the specified internal diameter. 21 6) Average allowable pipe deflection shall not exceed 2% for 22 polyurethane coated pipe. In no case shall individual measurement 23 exceed 3% for polyurethan coated pipe. These measurements include 24 the allowable tolerance for lining thickness variation. Additionally,flat 25 spots or pipe with damaged lining shall be repaired. 26 b. City may reject any areas not meeting the deflection requirements of this 27 Specification. 28 4. Cleaning and Testing 29 a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 30 mains: 31 1) Clean, flush,pig, disinfect,hydrostatic test, and bacteriological test the 32 water main as specified in Section 33 04 40. 33 5. Closed Circuit Television (CCTV) Inspection 34 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 35 accordance with Section 33 01 31. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION CITY OF FORT WORTH WESTSIDE IIIIIVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 11 14-31 BURIED STEEL PIPE AND FITTINGS Page 31 of 31 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•13.4,5,and 6—Added reference to Section 33 1105 and removed material specification for bolts,nuts,gaskets and flange coating 2 CITY OF FORT WORTH WESTSIDE III/IVN MULTIPLE TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 1230-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Pagel of 8 SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for potable water systems including: a. Combination air-release and air/vacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth Standard Specification 1. Modified Section 2.2.C.1 Revised to minimum pressure rating of 250 psi. 2. Added Section 2.2.A.I.b Listed manufacturers. 3. Specified `non-slam' feature to preclude valve slam/water hammer when discharging air. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 13 —Frame, Cover and Grade Rings 4. Section 33 11 10—Ductile Iron Pipe 5. Section 33 11 11 —Ductile Iron Fittings 6. Section 33 11 14—Buried Steel Pipe and Fittings 7. Section 33 12 10—Water Services 1-Inch to 2-Inch 8. Section 33 12 20—Resilient Seated(Wedge) Gate Valve 9. Section 33 39 20 Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid per each "Water Air Release Valve&Vault" or"Dual Water Air Release Valve & Vault"installed for: 1) Various inlet sizes 3. The price bid shall include: CITY OF FORT WORTH WESTSIDE 11M V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 12 30-2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main d. Isolation valves e. Fittings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe bollard protection, if required i. Excavation and backfill 1.3 REFERENCES A. Definitions 1. Combination Air Valve: A device having the features of both an air-release valve and an air/vacuum valve 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act(P.L. 111-380). 5. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices. 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the orifice, through which air enters or exits the Air Valve 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. ASTM International(ASTM): a. A536, Standard Specification for Ductile Iron Castings. 4. American Water Works Association(AWWA): a. C512,Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks Service. b. M51,Air-Release, Air/Vacuum, and Combination Air Valves. 5. NSF International (NSF): a. 61,Drinking Water System Components-Health Effects. 6. Reduction of Lead in Drinking Water Act a. Public Law 111-380(P.L. 111-380) CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Combination Air Valves a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size f. Small orifice size g. Large orifice size 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of 1 manufacturer, unless approved by the City. b. Combination air valves shall be in conformance with AWWA C512. B. Certifications 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with AWWA C512. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 12 30-4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of S 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. b. Manufacturers shall include: APCO 1500C or 1500TC, Crispin VR/M or equivalent. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Combination Air Valve shall be new and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Description 1. Regulatory Requirements a. Combination Air Valves shall meet or exceed the latest revisions of AWWA C512 and shall meet or exceed the requirements of this Specification. b. All Combination Air Valve components in contact with potable water shall conform to the requirements of NSF 61. c. All materials shall conform to the Reduction of Lead in Drinking Water Act(P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. C. Performance/Design Criteria 1. Capacities a. Water Application=Potable Water b. Working Pressure from 10 psi to 4-54-250psi c. Test Pressure=225 psi d. Surge Pressure= 100 psi minimum, above working pressure, unless stated otherwise in the Contract Documents CITY OF FORT WORTH WESTSIDE I11/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA M51 and indicated on the Drawings. 2. Function a. Controlled volume discharge during pipeline filling(`non-slam') b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates 1) The valve shall have an integral surge alleviation mechanism/design which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water and/or limiting the air exhaust rate prior to valve closure. D. Materials 1. Combination Air Valve a. Internal parts 1) Non-corroding material such as stainless steel or high density polyethylene b. Valve body 1) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet orifice area 1) Equal to the nominal size of the valve d. Outlet/Discharge orifice area 1) Sized as required to preclude surge/valve slam E. Finishes 1. Finish Materials a. Supply all ductile iron Combination Air Valves with a factory applied fusion bonded epoxy coating with a final coating thickness of 16 mils minimum. 2.3 ACCESSORIES A. For 2-inch Combination Air Valve Assemblies: 1. Tap a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in accordance with Section 33 12 10 2. Inlet Piping a. 2-inch outlet between the tap and the isolation valve with the following: 1) Threaded, lead-free brass piping 2) Threaded, lead-free brass tee 3) Threaded, lead-free brass hand wheel valves 3. Vent Piping a. 4-inch minimum diameter, in accordance with the Drawings 4. Vent Screen a. Stainless Steel(AISI 304) 5. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal CITY OF FORT WORTH WESTSIDE 111/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 12 30-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 6. Vault a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 33 3920. b. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings B. For 3-inch to 8-inch Combination Air Valve Assemblies: 1. Tap a. For 24-inch diameter mains: 1) Provide 24-inch blind flange outlet b. For mains with 30-inch and greater diameter: 1) Provide 30-inch blind flange outlet c. For ductile iron and PVC mains,provide mechanical joint x flange tee with tapped flange. 2. Inlet Piping a. Flanged ductile iron or steel, depending on main material, in accordance with Drawings b. Corporation stops shall be in accordance with Section 33 12 10 and with Drawings. 3. Isolation Valves a. Gate valve (flanged) in accordance with Section 33 12 20 with: 1) 2-inch operating nut,non-rising stem with enclosed miter gearing for 3- inch and larger gate valves 4. Vent Piping a. 4-ifieh greater than or equal to the valve inlet diameter, minimum, ductile iron pipe, in accordance with Drawings 5. Vent Screen a. Stainless Steel (AISI 304) 6. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 7. Vault a. Provide a flat top, concrete manhole in accordance with Section 33 39 20, b. Manhole dimensions shall be in accordance with Drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings C. Finishes 1. Primer Materials a. Prime Vent Piping within vault, as well as above ground, for finish with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings. 2. Finish Materials a. Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings. CITY OF FORT WORTH WESTSIDE III/►V/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 12 30-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 b. Color to be selected by the City. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C512. B. Markings 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. 2. Above ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements,unless otherwise stated in the Drawings. 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in accordance with Section 33 11 10 and Section 33 11 11 respectively. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections I. Pipe the large and small orifices directly to the vent piping. There direct discharge of an orifice to an underground vault. 2. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 3. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 4. The City will assess the ease of access to the operating nut and ease of operating the corporation stop. 5. If access and operation of the valve and its appurtenances meet the City Standard Detail, then the valve will be accepted as installed. 6. The Combination Air Valve assembly shall be free from any leaks. B. Non-Conforming Work CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson General:Modified specification to reflect materials and equipment in City Standard Detail;Removed cast-in-place manhole references CITY OF FORT WORTH WESTSIDE 1111IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 CONFORMANCE FORT WORTH CONTRACT FOR THE CONSTRUCTION OF WESTSIDE III/IV/V TRANSMISSION MAINS — MARKUM RANCH PS TO ALEDO RD Volume 2 of 2 City Project No. 103292-2 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Farida Goderya, Ph.D., P.E. Project Manager Prepared for The City of Fort Worth Water Department AUGUST 2022 Kimley >>) Horn Texas Registered Engineering Firm F-928 KHA No. 061018398 CONFORMANCE FORT WORTH CONTRACT FOR THE CONSTRUCTION OF WESTSIDE III/IV/V TRANSMISSION MAINS — MARKUM RANCH PS TO ALEDO RD Volume 2 of 2 City Project No. 103292-2 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Farida Goderya, Ph.D., P.E. Project Manager Prepared for The City of Fort Worth Water Department AUGUST 2022 Kirnley ))) Horn Texas Registered Engineering Firm F-928 KHA No. 061018398 FORTWORTH,, *4 40 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 3 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00- General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 08/15/2022 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Pre qualifications 08/13/2021 0045 12 Pre qualification Statement 09/30/2021 0045 13 Pre qualification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 08/15/2022 Division 01 -General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 10,2022 PROJECT DATE:AUGUST 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 7823 Operation and Maintenance Data 12/20/2012 O1 78 39 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03- Concrete 03 3000 1 Cast-In-Place Concrete 08/18/2022 Division 32-Exterior Improvements 3292 14 Native Grass and Wildflower Seeding 08/18/2022 3291 19 Topsoil Placement and Finishing of Roadway-Right-of-ways 08/18/2022 Division 33 -Utilities 330132 Closed Circuit Television(CCTV) Inspection OF Water 08/18/2022 Transmission Mains 33 0410 Joint Bonding and Electrical Isolation 08/18/2022 33 0411 Corrosion Control Test Stations 08/18/2022 33 04 12 Magnesium Anode Cathodic Protection System 08/18/2022 33 04 40 Cleaning and Acceptance Testing of Water Mains 08/18/2022 33 0521 Tunnel Liner Plate 08/18/2022 33 0522 Steel Casing Pie 08/18/2022 33 1105 Bolts,Nuts, and Gaskets 08/18/2022 33 11 10 Ductile Iron Pie 08/18/2022 33 11 11 Ductile Iron Fittings 08/18/2022 33 11 14 Buried Steel Pipe and Fittings 08/18/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 08/18/2022 33 1230 Combination Air Valve Assemblies for Potable Water Systems 08/18/2022 VOLUME 2 Technical Specifications which have remained unmodified; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions Last Revised 0241 13 1 Selective Site Demolition 03/11/2022 Division 03 - Concrete 03 34 13 1 Controlled Low Strength Material CLSM 12/20/2012 Division 31 -Earthwork 31 0000 Site Clearing 03/22/2021 31 2500 Erosion and Sediment Control 04/29/2021 31 3700 Ri ra 12/20/2012 Division 32-Exterior Improvements 32 31 26 1 Wire Fence and Gates 12/20/2012 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 10,2022 PROJECT DATE:AUGUST 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 Division 33 - Utilities 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 13 Frame, Cover and Grade Rings 12/09/2021 33 05 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 33 0520 Auger Boring 12/20/2012 33 0523 Hand Tunneling 12/20/2012 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 4/18/2022 33 0526 Utility Markers/Locators 12/20/2012 33 0530 Location of Existing Utilities 12/20/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 33 1221 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 1225 Connection to Existing Water Mains 02/06/2013 33 1240 Fire Hydrants 01/03/2014 33 1260 Standard Blow-off Valve Assembly 06/19/2013 33 3920 Precast Concrete Manholes 12/20/2012 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised June I0,2022 PROJECT DATE:AUGUST 2022 WESTSIDE III/IVN TRANSMISSION MAINS - MARKUM RANCH PS TO ALEDO RD CITY PROJECT NO.: 103292-2 AUGUST 2022 08/18/2022 OF Chris Igo, P.E. .�'�'��.. . TF ir,, Kimley-Horn and Associates, Inc. .:���'••� TBPE Reg#F-298 r*; */;0 801 Cherry Street, Unit 11 % CHRISTOPHER•P. IGO•� Suite 1300 120045 Fort Worth TX 76102 024113- 1 SELECTIVE SITE DEMOLITION Page 1 of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 31 23 23 —Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Detectable Warning Surface: measure by each 30 e. Remove Driveway: measure by the square foot by type. 31 f. Remove Fence: measure by the linear foot. 32 g. Remove Guardrail: measure by the linear foot along the face of the rail in place 33 including metal beam guard fence transitions and single guard rail terminal 34 sections from the center of end posts. 35 h. Remove Retaining Wall(less than 4 feet tall): measure by the linear foot 36 i. Remove Mailbox: measure by each. 37 j. Remove Rip Rap: measure by the square foot. 38 k. Remove Miscellaneous Concrete Structure: measure by the lump sum. 39 2. Payment CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects,this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Detectable Warning Surface: full compensation for removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to execute work. Work 18 includes detectable warning surface removal from ramp. 19 e. Remove Driveway: full compensation for saw cutting,removal, hauling, 20 disposal, tools, equipment, labor and incidentals needed to remove improved 21 driveway by type. For utility projects, this Item shall be considered subsidiary 22 to the trench and no other compensation will be allowed. 23 f. Remove Fence: full compensation for removal,hauling, disposal,tools, 24 equipment, labor and incidentals needed to remove fence. For utility projects, 25 this Item shall be considered subsidiary to the trench and no other 26 compensation will be allowed. 27 g. Remove Guardrail: full compensation for removing materials, loading, hauling, 28 unloading, and storing or disposal; furnishing backfill material; backfilling the 29 postholes; and equipment, labor,tools, and incidentals. For utility projects, this 30 Item shall be considered subsidiary to the trench and no other compensation 31 will be allowed. 32 h. Remove Retaining Wall(less than 4 feet tall): full compensation for saw 33 cutting, removal,hauling, disposal,tools, equipment, labor and incidentals 34 needed to execute work. Sidewalk adjacent to or attached to retaining wall 35 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 36 removal. For utility projects,this Item shall be considered subsidiary to the 37 trench and no other compensation will be allowed. 38 i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 39 equipment, labor and incidentals needed to execute work. For utility projects, 40 this Item shall be considered subsidiary to the trench and no other 41 compensation will be allowed. 42 j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for 43 removal, hauling, disposal or relocation, and installation or construction of 44 replacement, tools, equipment, labor and incidentals needed to execute work for 45 different types: traditional pipe and mailbox or brick mailbox, at equal or better 46 condition on completion 47 k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 48 disposal, tools, equipment, labor and incidentals needed to execute work. For 49 utility projects, this Item shall be considered subsidiary to the trench and no 50 other compensation will be allowed. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 2 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Fill Material: See Section 31 23 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A. Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 35 C. Remove ADA Ramp CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 2 See 3.4.K. 3 2. Remove ramp to nearest existing dummy, expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp, including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway 10 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4.K. 12 2. Remove drive to nearest existing dummy, expansion or construction joint. 13 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 14 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F. Remove Fence 17 1. Remove all fence components above and below ground and backfill with acceptable 18 fill material. 19 2. Use caution in removing and salvaging fence materials. 20 3. Salvaged materials may be used to reconstruct fence as approved by City or as 21 shown on Drawings. 22 4. Contractor responsible for keeping animals (livestock,pets, etc.)within the fenced 23 areas during construction operation and while removing fences. 24 G. Remove Guardrail 25 1. Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3. Do not mar or damage salvageable materials during removal. 28 4. Completely remove posts and any concrete surrounding the posts. 29 5. Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead man. 33 H. Remove Retaining Wall(less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 36 3. Removal includes all components of the retaining wall including footings. 37 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 38 I. Remove Mailbox 39 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 40 reconstruction. 41 J. Remove Rip Rap CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.I03292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 3 K. Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete to remain in place. 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 L. Sawcut 11 1. Sawing Equipment 12 a. Power-driven 13 b. Manufactured for the purpose of sawing pavement 14 c. In good operating condition 15 d. Shall not spall or fracture the pavement to the removal area 16 2. Sawcut perpendicular to the surface completely through existing pavement. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 3/11/2022 M.Owen/S. Added measurement and payment for Remove and Replace Mailbox and Relocate Hobbs Mailbox and Remove Detectable Warning Surface 29 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 033413- 1 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL(CLSM) PART1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00 -Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International(ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 033413-2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 2 of 7 7. C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details,including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 34 13-3 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days)to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 34 13-4 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 34 13-5 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM,to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls,pipes, conduits,or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within f 1 inch. 5. Use a slump, consistency,workability, flow characteristics, and pumpability(where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction,the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified herembefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 34 13-6 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days,place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping,banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 03 34 13-7 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 31 1000-1 SITE CLEARING Page I of 6 1 SECTION 31 10 00 2 SITE CLEARING 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations by 7 removing and disposing of all obstructions including clearing and grubbing and trees, 8 when removal of such obstructions is not specifically shown on the Drawings to be paid 9 by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree 10 removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Section 02 41 13—Selective Site Demolition 17 4. Section 02 41 14—Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum, square yard, or per acre. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this Item 25 shall be paid for at the lump sum, square yard,or per acre price bid for"Site 26 Clearing". 27 c. The price bid shall include: 28 1) Pruning of designated trees and shrubs 29 2) Removal and disposal of structures and obstructions (unless separate bid item is 30 provided under 02 41 13 "Selective Site Demolition"or 02 41 14"Utility 31 Removal/Abandonments"). 32 3) Removal and disposal of trees under 6-inches in diameter when bidding by 33 lump sum or square yard. 34 4) Removal of ALL trees when bidding by acre. 35 5) Backfilling of holes 36 6) Clean-up 37 2. Tree Removal(for trees 6-inch or larger in diameter when Site Clearing is bid by lump 38 sum or square yard) 39 a. Measurement 40 1) Measurement for this Item shall be per each. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 311000-2 SITE CLEARING Page 2 of 6 1 2) Measurement of diameter for tree removal shall be at standard"Diameter at 2 Breast Height"or DBH,where Breast Height shall be 54"above grade. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each"Tree Removal"for: 6 a) Various diameter ranges 7 c. The price bid shall include: 8 1) Removal and disposal of tree,including removal of root to a depth at least 2 9 foot below grade 10 2) Grading and backfilling of holes 11 3) Excavation 12 4) Clean-up 13 3. Tree Removal and Transplantation 14 a. Measurement 15 1) Measurement for this Item shall be per each. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this Item 18 shall be paid for at the unit price bid per each"Tree Transplant"for: 19 a) Various diameter ranges 20 c. The price bid shall include: 21 1) Pruning of designated trees and shrubs 22 2) Moving tree with truck mounted tree spade 23 3) Grading and backfilling of holes 24 4) Replanting tree at temporary location(determined by Contractor) 25 5) Maintaining tree until Work is completed 26 6) Replanting tree into original or designated location 27 7) Excavation 28 8) Fertilization 29 9) Mulching 30 10) Watering 31 11) Clean-up 32 12) Warranty period 33 4. Tree Protection 34 a. Measurement 35 1) Measurement for this Item per each as designated on Construction Drawings 36 for protection 37 b. Payment 38 1) The work performed and the materials furnished in accordance with this Item 39 shall be paid for at the unit price bid per each"Tree Protection"for: 40 a) Various caliper ranges 41 c. The price bid shall include: 42 1) Protection of tree utilizing measures designated on Construction Drawings 43 2) Installation of work barriers as designated on Construction Drawings 44 3) Maintenance of protection measures throughout construction completed 45 4) Replanting tree into original or designated location 46 5) Excavation 47 6) Fertilization 48 7) Mulching 49 8) Clean-up CITY OF FORT WORTH WESTSIDE IIIAVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 311000-3 SITE CLEARING Page 3 of 6 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINSTRATIVE REQUIREMENTS 3 A. Permits 4 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required 5 by the City's Tree Ordinance. PARD-Forestry details can be found here: Forestry— 6 Welcome to the City of Fort Worth(fortworthtexas.gov),Urban Forestry Compliance's 7 ordinance and requirements are within Zoning and can be found here: Zoning— 8 Welcome to the City of Fort Worth(fortworthtexas.gov),Preinstallation Meetings 9 2. Hold a preliminary site clearing meeting and include the Contractor, City Forester(if 10 City owned tree)or representative of Urban Forestry(if privately owned tree),City 11 Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree 12 removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 13 3. The Contractor will provide the City with a Disposal Letter in accordance to Division 14 01. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 PART 3- EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. All trees identified to be protected and/or preserved should be clearly flagged with survey 29 tape. 30 B. Following taping and prior to any removals or site clearing,the Contractor shall meet with 31 the City,the Engineer and the Landowner,if necessary,to confirm trees to be saved. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 31 1000-4 SITE CLEARING Page 4 of 6 1 3.4 INSTALLATION 2 A. Protection of Trees 3 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to 4 the Drawings for tree protection details. 5 2. If the Drawings do not provide tree protection details,protected trees shall be fenced by 6 placing 6-foot tall metal T-posts in a square around the tree trunk with the corners 7 located on the canopy drip line,unless instructed otherwise. 8 3. When site conditions do not allow for the T-posts to be installed at the drip line,the T- 9 posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 gauge 10 stock fencing or orange plastic snow fence shall be attached to the T-posts to form the 11 enclosure. 12 4. For City-owned trees,PARD-Forestry permission is required to install protective 13 fencing inside of canopy dripline(Critical Root Zone). 14 5. Additional trunk protection(cladding) is required when protective fencing is approved 15 within the Critical Root Zone. 16 6. Do not park equipment, service equipment, store materials,or disturb the root area 17 under the branches of trees designated for preservation. 18 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing 19 within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 20 8. Trees and brush shall be mulched on-site. 21 a. Burning as a method of disposal is not allowed. 22 B. Hazardous Materials 23 1. The Contractor will notify the Engineer immediately if any hazardous or questionable 24 materials not shown on the Drawings are encountered. This includes; but not limited to: 25 a. Floor tiles 26 b. Roof tiles 27 c. Shingles 28 d. Siding 29 e. Utility piping 30 2. The testing,removal, and disposal of hazardous materials will be in accordance with 31 Division 1. 32 C. Site Clearing 33 1. Clear areas shown on the Drawings of all obstructions, except those landscape features 34 that are to be preserved. Such obstructions include,but are not limited to: 35 a. Remains of buildings and other structures 36 b. Foundations 37 c. Floor slabs 38 d. Concrete 39 e. Brick 40 f. Lumber 41 g. Plaster 42 h. Septic tank drain fields 43 i. Abandoned utility pipes or conduits 44 j. Equipment CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 31 10 00-5 SITE CLEARING Page 5 of 6 1 k. Trees 2 1. Fences 3 in. Retaining walls 4 n. Other items as specified on the Drawings 5 2. Remove vegetation and other landscape features not designated for preservation, 6 whether above or below ground, including,but not limited to: 7 a. Curb and gutter 8 b. Driveways 9 c. Paved parking areas 10 d. Miscellaneous stone 11 e. Sidewalks 12 f. Drainage structures 13 g. Manholes 14 h. Inlets 15 i. Abandoned railroad tracks 16 j. Scrap iron 17 k. Other debris 18 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain 19 traffic and drainage in accordance with Section 02 41 14. 20 4. In areas receiving embankment,remove obstructions not designated for preservation to 21 2 feet below natural ground. 22 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 23 6. In all other areas,remove obstructions to 1 foot below natural ground. 24 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps off to 25 ground level. 26 a. Removal of existing structures shall be as per Section 02 41 13. 27 D. Disposal 28 1. Dispose of all trees within 24 hours of removal. 29 2. All materials and debris removed becomes the property of the Contractor,unless 30 otherwise stated on the Drawings. 31 3. The Contractor will dispose of material and debris off-site in accordance with local, 32 state, and federal laws and regulations. 33 3.5 REPAIR [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL [NOT USED] 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH WESTSIDE IIIIIVIV TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 31 1000-6 SITE CLEARING Page 6 of 6 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address 3/22/2021 M.Owen 1.2 Clarified measurement and payment. 1.4 Clarified administrative requirements,3.4 Clarified additional installation requirements for tree protection and disposal. 4 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 22,2021 PROJECT DATE:AUGUST 2022 31 25 00-1 EROSION AND SEDIMENT CONTROL Page I of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices, 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Storm Water Pollution Prevention Plan<1 acre 17 a. Measurement 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan> 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for"SWPPP > 1 acre". 28 c. The price bid shall include: 29 1) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 2. ASTM Standard: 2 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 3 Fabrics—Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 9 Geomembranes and Related Products 10 3. Texas Commission on Environmental Quality(TCEQ) TPDES General Permit No. 11 TXR150000 12 4. TxDOT Departmental Material Specifications (DMS) 13 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan(SWPPP) 17 B. TCEQ Notice of Intent(NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 C. Construction Site Notice 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under the TPDES General Permit 22 E. Notice of Change (if applicable) 23 F. Grading and/or fill permit, if required 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Rock Filter Dams 35 1. Aggregate CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a. Furnish aggregate with hardness,durability, cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide the following: 4 1) Types 1,2 and 4 Rock Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock filter dams 11 b. Type 4 dams require: 12 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2'h 13 inches x 3 1/4 inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds,per ASTM D4632 20 b. Puncture Strength of 135 pounds,per ASTM D4833 21 c. Mullen Burst Rate of 420 psi,per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max),per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean,hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds,per ASTM D4632 33 2) Puncture Strength of 120 pounds,per ASTM D4833 34 3) Mullen Burst Rate of 600 psi,per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max),per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORTH WESTSIDE III/►VN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Table 1 2 Sand Gradation Sieve# Maximum Retained % by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 1. Provide a net-reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum length of 11 48 inches,unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh,with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on the Drawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed. Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. Minimize disturbance 9 to vegetation. 10 4. Immediately correct ineffective control measures. Implement additional controls as 11 directed. Remove excavated material within the time requirements specified in the 12 applicable storm water permit. 13 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 14 temporary control measures,temporary embankments,bridges,matting, falsework, 15 piling, debris, or other obstructions placed during construction that are not a part of 16 the finished work, or as directed. 17 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland,water body, or 18 streambed. 19 D. Do not install temporary construction crossings in or across any water body without the 20 prior approval of the appropriate resource agency and the Engineer. 21 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 22 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 23 provide shelter for stored chemicals. 24 F. Installation and Maintenance 25 1. Perform work in accordance with the TPDES Construction General Permit 26 TXRI 50000. 27 2. When approved, sediments may be disposed of within embankments, or in areas 28 where the material will not contribute to further siltation. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish-grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees,brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5,place the aggregate to the lines, height, and slopes 42 specified, without undue voids. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria,unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non-reinforced) 9 1) Height-At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width -At least 2 feet 12 3) Slopes-At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height-At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes -At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height-At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width-At least 2 feet 22 3) Slopes-At most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop—double loop 26 pattern on 4- to 5-inches spacing. At 1 end,pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling,place sack flat in a filling trough,fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist,prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,202I PROJECT DATE:AUGUST 2022 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 23 runoff from disturbed areas, create a retention pond, detain sediment and release 24 water in sheet flow. 25 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3. Place the sandbags with their tied ends in the same direction. 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 29 5. Place a single layer of sandbags downstream as a secondary debris trap. 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth. 32 K. Temporary Sediment-Control Fence 33 1. Provide temporary sediment-control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow. 35 2. Incorporate the fence into erosion-control measures used to control sediment in 36 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 37 Section, or as directed. 38 a. Post Installation 39 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock,with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b. Fabric Anchoring 42 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minimum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 2 46 inches of fabric along the bottom in the upstream direction. 47 4) Backfill the trench,then hand-tamp. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 c. Fabric and Net Reinforcement Attachment 2 1) Unless otherwise shown under the Drawings, attach the reinforcement to 3 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 4 equally spaced. 5 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 7 every 15 inches or less. 8 d. Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 10 least 6 places equally spaced,unless otherwise shown under the Drawings. 11 a) Do not locate splices in concentrated flow areas. 12 2) Requirements for installation of used temporary sediment-control fence 13 include the following: 14 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 15 b) Fabric without excessive patching (more than 1 patch every 15 to 20 16 feet) 17 c) Posts without bends 18 d) Backing without holes 19 3.5 REPAIRIRESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed. 30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 31 on areas not covered by permanent structures, or in areas where permanent erosion 32 control measures (i.e. riprap, gabions, or geotextiles)have been employed. 33 C. Once vegetative cover is achieved,the contractor shall remove all temporary control 34 measures, before final project acceptance. It is the contractor's responsibility to remove 35 all temporary control measures,unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 39 E. Complete and submit a Final Grading Certificate to Development Services, if required. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAWS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended,repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with the permit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 1.1 A. 1.Revised language re:what section includes, 1.2 A.2.c.Clarified items included in price, 1.5 Added items to list of submittals,2.2 Revised language under April 29,2021 M.Owen product types/materials,3.4 Revised language under"Installation",and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW 16 CITY OF FORT WORTH WESTSIDE Ill/1 VN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 29,2021 PROJECT DATE:AUGUST 2022 31 37 00-1 RIPRAP Page 1 of 10 SECTION 3137 00 RIPRAP PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-In-Place Concrete 4. Section 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square yard of"Riprap"installed for: 1) Various types 2) Various thicknesses 3) Various void-filling techniques 3. The price bid shall include: a. Furnishing,hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-2 RIPRAP Page 2 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM Standards a. ASTM C 136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings. B. Stone Riprap 1. Unless otherwise shown on the Drawings,use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified,provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap,provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved,material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Ri ra Gradation Re uirements Thickness Maximum Size 90 percent Size' SO& Size' 8 percent Size, lb. lb. lb. Minimum lb. 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-4 RIPRAP Page 4 of 10 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap,provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed+4 percent or-2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 31 3700-5 RIPRAP Page 5 of 10 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved,place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted,prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed,and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-6 RIPRAP Page 6 of 10 b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed,bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth- raked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface,true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap,prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of+6 inches and-0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope,pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well-graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS Grout when �,.s specified 4" min �MN Slope of embankment Upright axes of stone perpendicular to slope 1'-6" min Figure 1 -Large stone riprap, dry or grouted. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-8 RIPRAP Page 8 of 10 V� Grout when specified Flat side up 7� s 9" min Slope of embankment II C �'e Y-6" sin Figure 2 -Medium stone riprap, dry or grouted. Mortar when specified • Slope of embankment c 1'-6" sin Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 313700-9 RIPRAP Page 9 of 10 Grout when specified Multiple layers ackedepth) one w 9" min Slope of embankment E 1'-6" min Figure 4—Block stone riprap, dry or grouted. 7 ww w Slope of M embankment Filter fabric N Y 1.1 t } 2 times „ I thickness min Figure 5—Slab stone riprap END OF SECTION CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 31 37 00-10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3A.B.—defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 32 31 26-1 WIRE FENCE AND GATES Page I of 5 1 SECTION 32 3126 2 WIRE FENCE AND GATES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site(i.e.parallel to the utility trench and/or 9 within utility easement)and is directly disturbed by construction activities, fencing 10 will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench,the work performed and 12 materials furnished in accordance with fence replacement will be considered 13 subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation will 17 be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division 1 -General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Item shall be by the linear foot of Wire Fence,excluding 28 gates. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item and 31 measured as provided under"Measurement"will be paid for at the unit price bid 32 per linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 1) Removal of existing fence and/or,unless specifically defined as a separate pay 38 item on Drawings 39 2) Furnishing,preparing, hauling, and installing Wire Fence 40 3) Excavation,backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2. Steel Gates 43 a. Measurement CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 323126-2 WIRE FENCE AND GATES Page 2 of 5 1 1) Measurement for this Item shall be per each Steel Fence. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item and 4 measured as provided under"Measurement"will be paid for at the unit price bid 5 per each Steel Gate by height. 6 c. The price bid shall include: 7 1) Removal of existing fence and/or gates,unless specifically defined as a separate 8 pay item on Drawings 9 2) Furnishing,preparing,hauling, and installing Steel Gates 10 3) Excavation,backfilling, and disposal of surplus material 11 4) Removal and trimming of brush and tree limbs 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this specification, 16 unless a date is specifically cited. 17 2. American Society for Testing and Materials(ASTM): 18 a. A 702, Standard Specification for Steel Fence Posts and Assemblies,Hot Wrought 19 b. A 121, Standard Specification for Metallic-Coated, Carbon Steel Barbed Wire 20 c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire Fence Fabric 21 d. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated 22 (Galvanized)Welded, for Fence Structures 23 3. American Wood Protection Association(AWPA) 24 a. P8/P9, Standard for Oil-Borne Preservatives 25 b. C5, Fence Posts-Preservative Treatment by Pressure Processes 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 ACTION SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2- PRODUCTS 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS 38 A. Furnish materials in accordance with details shown on the Drawings and with the following 39 requirements. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 323126-3 WIRE FENCE AND GATES Page 3 of 5 1 B. Metal Posts and Braces 2 1. Steel Pipe: ASTM F 1083 3 2. T posts: ASTM A 702 4 3. Use only new steel. Do not use rerolled or open-seam material. 5 4. Furnish galvanized steel sections in ASTM F 1083. 6 5. Painting 7 a. Use an approved anticorrosive coating. 8 b. After installation of painted posts and braces, spot-coat damaged areas with the same 9 paint color. 10 c. Use paint with at least the same anticorrosive properties as the original paint. 11 6. Use the size,weight, and area of posts,braces,and anchor plates shown on the Drawings. 12 C. Wood Posts and Braces 13 1. Untreated Wood: cedar or juniper timber 14 2. Treated Wood 15 a. AWPA standards govern materials and methods of treatments including seasoning, 16 preservatives,and inspection for treatment. 17 b. Each piece or bundle of other treated-timber products must have: 18 1) Legible brand mark or tag indicating the name of the treater 19 2) Date of treatment or lot number 20 3) AWPA treatment specification symbol 21 c. Provide the level of preservative indicated in Table 1. 22 Table 1 23 Minimum Retention of Preservative Penta- Product chlorophenol (lb./cu.ft.) AWPA Standard for AWPA Preservative Treatment Standard (PS/P9) Wire fence posts 0.4 C5 round)' 24 1.Retention determined by assay(0 to 1.0-inch zone). 25 3. Use sound timber that is free from decay, shakes,splits, or other defects that would 26 weaken the posts or braces or otherwise make them structurally unsuitable for the 27 purposes intended. 28 4. Knots that are sound, tight,trimmed flush, and not in clusters will be allowed,provided 29 they do not exceed 1/3 of the small diameter or the least dimension of the posts and 30 braces. 31 5. Remove spurs and splinters, cutting the ends square. 32 D. Gates and Gateposts: Furnish materials to the required dimensions. 33 E. Barbed and Smooth Wire: ASTM A 121, Class 1 34 1. Use wire consisting of 2 strand, 12 1/2 gauge,twisted wire 35 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 36 F. Wire Mesh: ASTM All 6, Class 1 37 1. Top and bottom wires: at least 10 gauge wire CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 323126-4 WIRE FENCE AND GATES Page 4 of 5 1 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 2 G. Miscellaneous 3 1. Furnish galvanized bolts,nuts,washers,braces, straps,and suitable devices for holding 4 barbed wire and wire mesh firmly to metal posts. 5 2. Use material of good commercial quality and design. 6 3. Provide galvanized staples, at least 1 1/2 inch long. 7 H. Concrete 8 1. Minimum 28 day compressive strength of 3,000 psi 9 2. Bagged concrete allowed. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Space fence posts as shown on the Drawings or to match existing. 18 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the Drawings or to 19 match existing. 20 C. Brace corner and pull posts in 2 directions. 21 D. Brace end posts and gateposts in 1 direction. 22 E. Install a corner post where the alignment changes 30 degrees or more. 23 F. At alignment angles between 15 and 30 degrees,brace the angle post to the adjacent line 24 posts with diagonal tension wires. 25 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy the 26 fencing at the critical point with a double 9 gauge galvanized wire. 27 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom wire or 28 wire mesh fabric, and to a deadman weighing at least 100 pounds. 29 I. Stretch the fence before guying and snubbing. 30 J. Install number stands at spacing shown in Drawings. 31 K. Install corner,end, or angle post assembly before stretching the wire between posts. 32 L. Connect existing cross fences to the new fences and corner posts at junctions with existing 33 fences. 34 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 35 staples, or as shown on the Drawings. 36 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet intervals for 37 wood posts. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 323126-5 WIRE FENCE AND GATES Page 5 of 5 1 O. Drive metal line posts provided driving does not damage the posts. 2 P. Set metal corners, ends,pull posts,and braces in concrete footings a minimum of 24 inches 3 and crowned at the top to shed water. 4 Q. Thoroughly tamp backfill in 4 inch layers. 5 R. Notch timber posts. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.modified to describe when City would pay for fence replacement on utility projects 18 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 3305 10-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page l of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 28 2. Division 1 —General Requirements 29 3. Section 02 41 13—Selective Site Demolition 30 4. Section 02 41 15—Paving Removal 31 5. Section 02 41 14—Utility Removal/Abandonment 32 6. Section 03 30 00—Cast-in-place Concrete 33 7. Section 03 34 13 Controlled Low Strength Material(CLSM) 34 8. Section 31 10 00—Site Clearing 35 9. Section 3125 00 Erosion and Sediment Control 36 10. Section 33 05 26—Utility Markers/Locators 37 11. Section 34 71 13 Traffic Control 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Measurement and Payment CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line as 5 designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this Item 8 are considered subsidiary to the installation of the utility pipe for the type of 9 embedment and backfill as indicated on the plans. No other compensation 10 will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed and 18 materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per cubic 20 yard of"Imported Embedment/Backfill"delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per plan 33 quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH WESTSIDE 11I/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 21 1 f) Removal of ground water control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards(29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards (29 CFR Part 1926.650 Subpart P), including,but not 12 limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General—Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM DS and Terminology ASTM D653,unless otherwise noted. 17 2. Definitions for trench width,backfill, embedment, initial backfill,pipe zone, 18 haunching bedding, springline,pipe zone and foundation are defined as shown in the 19 following schematic: ``;PAVED AREAS UNPAVED AREAS _J J J � � Y Y U U a O7 m J J z � INITIAL BACKEILL z w W z � o Li m SPRINGLINE ----- w J HAUNCHING I BEDDING FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 20 CITY OF FORT WORTH WESTSIDE 111/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 21 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth— Distance from the surface to the bottom of the bedding or 4 the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the initial 9 backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this Specification, 13 unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium 17 Sulfate 18 c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil 26 Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and 32 Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil Aggregate 34 in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017-Standard Test Method for Water Content of Soil and Rock in place 36 by Nuclear Methods(Shallow Depth) 37 m. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction, Subpart P-Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays,before starting excavation. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment and 5 backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior 7 to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the Contract 20 Documents do not allow storage of materials in the right-of-way of the easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY,STORAGE,AND HANDLING 25 A. Storage 26 1. Within Existing Rights-of-Way(ROW) 27 a. Spoil, imported embedment and backfill materials may be stored within existing 28 ROW, easements or temporary construction easements, unless specifically 29 disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 3125 00. 32 d. Store materials only in areas barricaded as provided in the traffic control plans. 33 e. In non-paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils,embedment or 37 backfill materials within the ROW, easement or temporary construction easement, 38 then secure and maintain an adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on private 40 property. 41 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 21 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off- Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It is 9 expressly understood that neither the City nor the Engineer will be responsible for 10 interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles, free of thin or elongated 23 pieces, lumps of clay, loam or vegetable matter and meets the following gradation 24 may be used for utility sand embedment/backfill 25 Sieve Size Percent Retained 'h" 0 '/4" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 26 27 e. The City has a pre-approved list of sand sources for utility embedment. The pre- 28 approved list can be found on the City website, Project Resources page.The 29 utility sand sources in the pre-approved list have demonstrated continued quality 30 and uniformity on City of Fort Worth projects. Sand from these sources are pre- 31 approved for use on City projects without project specific testing. 32 2. Crushed Rock 33 a. Durable crushed rock or recycled concrete 34 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium 5 sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. May be unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Have a percentage of wear not more than 40 percent per ASTM Cl 31 or C535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium 13 sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May be unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium 20 sulfate soundness per ASTM C88 21 5. Acceptable Backfill Material 22 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials,boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in-situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials,boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In-situ soils classified as ML,MH, PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand(CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System of 45 ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps,ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces,ASTM C123, less than 5.0 percent CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 21 1 (3) Organic impurities,ASTM C40, color no darker than standard color 2 (4) Plasticity index of 4 or less when tested in accordance with ASTM 3 D4318. 4 b. Minimum of 4 percent cement content of Type I/II portland cement 5 c. Water 6 1) Potable water, free of soils,acids, alkalis, organic matter or other deleterious 7 substances,meeting requirements of ASTM C94 8 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 9 e. Strength 10 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 11 D1633,Method A 12 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 13 D1633, Method A 14 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that 15 exceeds the maximum compressive strength shall be removed by the 16 Contractor for no additional compensation. 17 f. Random samples of delivered product will be taken in the field at point of 18 delivery for each day of placement in the work area. Specimens will be prepared 19 in accordance with ASTM D 1632. 20 10. Controlled Low Strength Material (CLSM) 21 a. Conform to Section 03 34 13 22 11. Trench Geotextile Fabric 23 a. Soils other than ML or OH in accordance with ASTM D2487 24 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 25 2) Fibers shall retain their relative position 26 3) Inert to biological degradation 27 4) Resist naturally occurring chemicals 28 5) UV Resistant 29 6) Mirafi 140N by Tencate, or approved equal 30 b. Soils Classified as ML or OH in accordance with ASTM D2487 31 1) High-tenacity monofilament polypropylene woven yarn 32 2) Percent open area of 8 percent to 10 percent 33 3) Fibers shall retain their relative position 34 4) inert to biological degradation 35 5) Resist naturally occurring chemicals 36 6) UV Resistant 37 7) Mirafi FW402 by Tencate, or approved equal 38 12. Concrete Encasement 39 a. Conform to Section 03 30 00. CITY OF FORT WORTH WESTSIDE 11I/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Review all known, identified or marked utilities,whether public or private,prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground facilities 10 as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances observed 15 within the project limits. 16 5. Coordinate with the Owner(s)of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In-Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain. 27 1) Where desired to move equipment not licensed for operation on public roads 28 or across pavement,provide means to protect the pavement from all damage. 29 b. Repair or replace any pavement damaged due to the negligence of the contractor 30 outside the limits designated for pavement removal at no additional cost to the 31 City. 32 2. Drainage 33 a. Maintain positive drainage during construction and re-establish drainage for all 34 swales and culverts affected by construction. 35 3. Trees 36 a. When operating outside of existing ROW, stake permanent and temporary 37 construction easements. 38 b. Restrict all construction activities to the designated easements and ROW. 39 c. Flag and protect all trees designated to remain in accordance with Section 31 10 40 00. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 21 1 d. Conduct excavation, embedment and backfill in a manner such that there is no 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City. 5 1) Pruning or trimming may only be accomplished with equipments specifically 6 designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 10 00. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 41 13 13 5. Traffic 14 a. Maintain existing traffic,except as modified by the traffic control plan,and in 15 accordance with Section 34 71 13. 16 b. Do not block access to driveways or alleys for extended periods of time unless: 17 1) Alternative access has been provided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal—Poles,Mast Arms,Pull boxes,Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles,mast arms,pull boxes,traffic cabinets, conduit and 26 detector loops. 27 c. Immediately notify the City's Transportation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 31 cabinets,conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in-situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in-situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 21 1 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6. Over Excavation 5 a. Fill over excavated areas with the specified bedding material as specified for the 6 specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In-situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance with this 13 Specification,then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8. Rock—No additional compensation will be paid for rock excavation or other changed 18 field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 21 specific excavation safety system in accordance with Federal and State requirements. 22 2. Excavation protection systems shall be designed according to the space limitations as 23 indicated in the Drawings. 24 3. Furnish,put in place and maintain a trench safety system in accordance with the 25 Excavation Safety Plan and required by Federal, State or local safety requirements. 26 4. If soil or water conditions are encountered that are not addressed by the current 27 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 28 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 29 City. 30 5. Do not allow soil, or water containing soil,to migrate through the Excavation Safety 31 System in sufficient quantities to adversely affect the suitability of the Excavation 32 Protection System. Movable bracing, shoring plates or trench boxes used to support 33 the sides of the trench excavation shall not: 34 a. Disturb the embedment located in the pipe zone or lower 35 b. Alter the pipe's line and grade after the Excavation Protection System is removed 36 c. Compromise the compaction of the embedment located below the spring line of 37 the pipe and in the haunching 38 C. Water Control 39 1. Surface Water 40 a. Furnish all materials and equipment and perform all incidental work required to 41 direct surface water away from the excavation. 42 2. Ground Water 43 a. Furnish all materials and equipment to dewater ground water by a method which 44 preserves the undisturbed state of the subgrade soils. 45 b. Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 I0- 12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I2 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below the 10 top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site,the contractor will be eligible to submit a change order. 19 f. Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete,remove all ground water control equipment 26 not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump,then use crushed 39 rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents,then 41 crushed rock shall be paid by the pre-bid unit price. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade,unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 1 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 2 the elevation of the valve nut. 3 J. Form all blocking against undisturbed trench wall to the dimensions in the 4 Drawings. 5 k. Compact embedment and initial backfill. 6 1. Place marker tape on top of the initial trench backfill in accordance with Section 7 33 05 26. 8 2. Water Lines 16-inches through 24-inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand may be used for embedment when the excavated trench depth is less 11 than 15 feet deep. 12 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 13 trench depths 15 feet, or greater. 14 d. Crushed rock shall be used for embedment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand 17 f. Place evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the trench. 20 2) If additional crushed rock is required not specifically identified in the 21 Contract Documents,then crushed rock shall be paid by the pre-bid unit 22 price. 23 h. Place pipe on the bedding according to the alignment shown on the Drawings. 24 1. The pipe line shall be within: 25 1) t3 inches of the elevation on the Drawings for 16-inch and 24-inch water 26 lines 27 j. Place and compact embedment material to adequately support haunches in 28 accordance with the pipe manufacturer's recommendations. 29 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 30 but not more than 12 inches, above the pipe. 31 1. Where gate valves are present,the initial backfill shall extend to up to the valve 32 nut. 33 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 698. 35 n. Density test performed by a commercial testing firm approved by the City to 36 verify that the compaction of embedment meets requirements. 37 o. Place trench geotextile fabric on top of the initial backfill. 38 p. Place marker tape on top of the trench geotextile fabric in accordance with 39 Section 33 05 26. 40 3. Water Lines 30-inches and greater in diameter 41 a. The entire embedment zone shall be of uniform material. 42 b. Crushed rock shall be used for embedment. 43 c. Provide trench geotextile fabric at any location where crushed rock or fine 44 crushed rock come into contact with utility sand. 45 d. Place evenly spread bedding material on a firm trench bottom. 46 e. Provide firm,uniform bedding. 47 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment shown on the Drawings. 5 g. The pipe line shall be within: 6 1) f1 inch of the elevation on the Drawings for 30-inch and 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. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 10 not exceed the spring line prior to compaction. 11 j. Place remaining embedment,including initial backfill,to a minimum of 6 inches, 12 but not more than 12 inches,above the pipe. 13 k. Where gate valves are present,the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 m. Density test may be performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initial backfill. 20 o. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no sags 27 in the sanitary sewer pipe line. 28 e. Provide firm,uniform bedding. 29 1) Additional bedding may be required if ground water is present in the trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown in the Drawings. 34 g. The pipe line shall be within f0.1 inches of the elevation,and be consistent with 35 the grade shown on the Drawings. 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 39 exceed the spring line prior to compaction. 40 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 41 but not more than 12 inches,above the pipe. 42 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 1. Density test may be performed by a commercial testing firm approved by the 45 City to verify that the compaction of embedment meets requirements. 46 m. Place trench geotextile fabric on top of the initial backfill. 47 n. Place marker tape on top of the trench geotextile fabric in accordance with 48 Section 33 05 26. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 21 1 5. Storm Sewer(RCP) 2 a. The bedding and the pipe zone up to the spring line shall be of uniform material. 3 b. Crushed rock shall be used for embedment up to the spring line. 4 c. The specified backfill material may be used above the spring line. 5 d. Place evenly spread bedding material on a firm trench bottom. 6 e. Spread bedding so that lines and grades are maintained and that there are no sags 7 in the storm sewer pipe line. 8 f. Provide firm,uniform bedding. 9 1) Additional bedding may be required if ground water is present in the trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 12 price. 13 g. Place pipe on the bedding according to the alignment of the Drawings. 14 h. The pipe line shall be within f0.1 inches of the elevation, and be consistent with 15 the grade, shown on the Drawings. 16 i. Place embedment material up to the spring line. 17 1) Place embedment to ensure that adequate support is obtained in the haunch. 18 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 19 ASTM D 698. 20 k. Density test may be performed by a commercial testing firm approved by the 21 City to verify that the compaction of embedment meets requirements. 22 1. Place trench geotextile fabric on top of pipe and crushed rock. 23 6. Storm Sewer(PP-Polypropylene) 24 a. The entire embedment zone shall be of uniform material. 25 b. Crushed rock shall be used for embedment up to top of pipe. 26 c. Place evenly spread bedding material on a firm trench bottom. 27 d. Spread bedding so that lines and grades are maintained and that there are no sags 28 in the storm sewer pipe line. 29 e. Provide firm,uniform bedding. 30 1)Additional bedding may be required if ground water is present in the 31 trench. 32 2)If additional crushed rock is required which is not specifically identified in 33 the Contract Documents,then crushed rock shall be paid by the pre-bid 34 unit price. 35 f. Place pipe on the bedding according to the alignment shown in the Drawings. 36 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with 37 the grade shown on the Drawings. 38 h. Place and compact embedment material to adequately support haunches in 39 accordance with the pipe manufacturer's recommendations. 40 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM 41 D 698. 42 j. Density test may be performed by City to verify that the compaction of embedment 43 meets requirements. 44 k. Place trench geotextile fabric on top of the initial backfill. 45 7. Storm Sewer Reinforced Concrete Box 46 a. Crushed rock shall be used for bedding. 47 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no sags 6 in the storm sewer pipe line. 7 e. Provide firm,uniform bedding. 8 1) Additional bedding may be required if ground water is present in the trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 11 price. 12 f. Fill the annular space between multiple boxes with crushed rock, CLSM 13 according to 03 34 13. 14 g. Place pipe on the bedding according to the alignment of the Drawings. 15 h. The pipe shall be within±0.1 inches of the elevation, and be consistent with the 16 grade, shown on the Drawings. 17 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 18 D698. 19 8. Water Services (Less than 2 Inches in Diameter) 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility sand shall be generally used for embedment. 22 c. Place evenly spread bedding material on a firm trench bottom. 23 d. Provide firm,uniform bedding. 24 e. Place pipe on the bedding according to the alignment of the Plans. 25 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 26 9. Sanitary Sewer Services 27 a. The entire embedment zone shall be of uniform material. 28 b. Crushed rock shall be used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Spread bedding so that lines and grades are maintained and that there are no sags 31 in the sanitary sewer pipe line. 32 e. Provide firm,uniform bedding. 33 1) Additional bedding may be required if ground water is present in the trench. 34 2) If additional crushed rock is required which is not specifically identified in 35 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 36 price. 37 f. Place pipe on the bedding according to the alignment of the Drawings. 38 g. Place remaining embedment, including initial backfill,to a minimum of 6 inches, 39 but not more than 12 inches, above the pipe. 40 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 41 i. Density test may be required to verify that the compaction meets the density 42 requirements. 43 E. Trench Backfill 44 1. At a minimum,place backfill in such a manner that the required in-place density and 45 moisture content is obtained, and so that there will be no damage to the surface, 46 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 33 05 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater(under existing or future pavement) 10 1) Backfill depth from 0 to 15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the requirement 23 of the main that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill(depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material,blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within-2 to+5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill(not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within-2 to+5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content,the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH WESTSIDE 11I/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with the 7 saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill,undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring or 20 due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples and 25 perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box,if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled material. 37 f. The City will provide a qualified testing lab full time during this period to 38 randomly test density and moisture continent. 39 1) The testing lab will provide results as available on the job site. 40 7. Varying Ground Conditions 41 a. Notify the City of varying ground conditions and the need for additional proctors. 42 b. Request additional proctors when soil conditions change. 43 c. The City may acquire additional proctors at its discretion. 44 d. Significant changes in soil conditions will require an additional Means and 45 Methods demonstration. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths,the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place,move and remove testing trench protection as necessary to facilitate all test 24 conducted by the commercial testing firm approved by the City. 25 d. The commercial testing lab will perform moisture/density test for every 200-ft or 26 less of trench length, as measured along the length of the pipe. A minimum of one 27 test shall be performed for every 2 vertical feet of compacted backfill material, 28 independent of the contractor's lift thickness for compaction. Test locations shall 29 be staggered within each lift so that successive lifts are not tested in the same 30 location. A random number generator may be used to determine test locations. 31 Moisture/density tests shall be performed at a depth not more than 2 feet above 32 the top of the pipe bedding and in 2-foot increments up to the final grade. The 33 project inspector or project manager may request testing at an increased frequency 34 and/or at specific locations. 35 e. The contractor can proceed with subsequent earthwork only after test results for 36 previously completed work comply with requirements. If the required compaction 37 density has not been obtained,the backfill should be scarified and moistened or 38 aerated, or removed to a depth required, and be replaced with approved backfill, 39 and re-compacted to the specified density at the contractor's expense. In no case 40 will excavation,pipe-laying, or other operation be allowed to proceed until the 41 specified compaction is attained. 42 f. The testing lab will provide results to Contractor and the City's Inspector upon 43 completion of the testing. 44 g. A formal report will be posted to the City's Accela(Developer Projects) and 45 BIM 360 (City Projects) site within 48 hours. 46 h. Test reports shall include: 47 1) Location of test by station number CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material,blended 9 backfill material, cement modified backfill material or select material will follow 10 the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non-Conforming Work 14 1. All non-conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 11/09/16 Z.Arega 2.2.A.Ld Modify gradation for sand material 2.2 A. 1.E.-Added reference to pre-approved list of sand sources for embedment;3.3 2/26/2021 Z.Arega A.6.-Changed reference to Transportation Management Division;3.4-Provided clarification re:use of commercial testing firms approved by City and backfill requirements;and 3.7 A.2.Provided clarification re:backfill testing requirements. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 3305 10-21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D.6.Add requirements Storm Sewer(PP-Polypropylene) 1 CITY OF FORT WORTH WESTSIDE 111/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 2,2021 PROJECT DATE:AUGUST 2022 330513-1 FRAME,COVER,AND GRADE RINGS Page 1 of 6 1 SECTION 33 05 13 2 FRAME, COVER,AND GRADE RINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes 6 1. Cast iron frame,cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults. 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer structures such as manholes and junction boxes. 10 B.Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C.Related Specification Sections include but are not necessarily limited to 13 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 - General Requirements. 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame, cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place, and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A.Reference Standards 27 1. Reference standards cited in this specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this 29 specification,unless a date is specifically cited. 30 2. ASTM International (ASTM) 31 a. ASTM A48—Standard Specification for Gray Iron Castings 32 b. ASTM A536 - Standard Specification for Ductile Iron Castings 33 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 34 3. American Association of State Highways and Transportation Officials (AASHTO) 35 a. AASHTO HS-25—AASHTO Highway Bridge Specification: Axial Loading 36 to meet or exceed 21,280 pounds/wheel load 37 b. AASHTO M306—Standard Specification for Drainage, Sewer, Utility and 38 Related Castings 39 40 CITY OF FORT WORTH WESTSIDE 111/1V/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 9,2021 PROJECT DATE:AUGUST 2022 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A.Submittals shall be in accordance with Section 0133 00. 4 B.All submittals shall be accepted by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A.Product Data 8 1. All castings shall be cast with: 9 a. Approved foundry's name 10 b. Part number 11 c. Country of origin 12 2. All moldings shall display: 13 a. Approved Molder 14 b. Molding date 15 c. Wording that material is non-metallic 16 d. Country of origin 17 3. Provide manufacturers: 18 a. Specifications 19 b. Load tables 20 c. Dimension diagrams 21 d. Anchor details 22 e. Installation instructions 23 B.Certificates 24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 25 AASHTO designations. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2- PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 34 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 35 A.Manufacturers 36 1. Only the manufacturers as listed on the City's Standard Products List will be 37 considered as shown in Section 0160 00 unless otherwise specified on the plans. 38 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH WESTSIDE II14VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 9,2021 PROJECT DATE:AUGUST 2022 3305 13-3 FRAME,COVER,AND GRADE RINGS Page 3 of 6 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 01 25 00. 3 B.Cast Iron Covers 4 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 5 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 6 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 7 loading with permanent deformation. 8 4. Covers 9 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 10 frame and cover 11 b. Provide with 2 inch wide pick slots in lieu of pick holes. 12 c. Provide gasket in frame and cover. 13 d. Standard Dimensions 14 1) Sanitary Sewer 15 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 16 cover assemblies unless otherwise specified in the Contract 17 Documents. 18 2) Storm Drain 19 a) Provide a clear opening of 24 inches for all storm drain frames, inlets 20 and cover assemblies unless otherwise specified in the Contract 21 Documents. 22 b) Provide a minimum clear opening of 30 inches for all storm sewer 23 manholes and junction structures. 24 e. Standard Labels 25 1) Water 26 a) Cast lid with the word"WATER"in 2-inch letters across the lid. 27 2) Sanitary Sewer 28 a) Cast lid with the word"SANITARY SEWER" in 2-inch letters across 29 the lid. 30 3) Storm Drain 31 a) Cast lid with the word"STORM DRAIN" in 2-inch letters across the 32 lid. 33 f. Hinge Covers 34 1) Provide water tight gasket on all hinged covers. 35 2) Water 36 a) Provide hinged covers for all water structures. 37 3) Sanitary Sewer 38 a) Provide hinged covers for all manholes or structures constructe over 39 24-inch sewer lines and larger and for manholes where rim elevations 40 are greater than 12 inches above the surface. 41 C.Composite Covers 42 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 43 combined with reinforcing fiber rovings, short fiber filaments, or equivalent 44 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 45 polymer, vinylester, or a blend of these. The moldings shall be true to pattern in 46 locations affecting their strength and value for the service intended. Before the 47 moldings are removed from the molding operation,they shall be thoroughly 48 deflashed and cleaned at the parting lines,holes, notches and all exposed edges. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 9,2021 PROJECT DATE:AUGUST 2022 33 05 13-4 FRAME,COVER,AND GRADE RINGS Page 4 of 6 1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 12 Components for locking systems below the cover exposed to sewer 13 environment shall be made of noncorrosive materials such as nonmagnetic 316 14 stainless steel (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 16 frame and cover 17 c. Provide with 2 inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract 23 Documents. 24 f. Standard Labels 25 1) Sanitary Sewer 26 a) Cast lid with the word"SANITARY SEWER"in 1-1/2-inch 27 (minimum) or 2-inch (maximum) letters across the lid. 28 2) Water 29 a) Cast lid with the word"WATER" in 1-1/2-inch(minimum) or 2-inch 30 (maximum) letters across the lid. 31 g. Hinge Covers 32 1) Hinged covers shall be double-hinged allowing a minimal 1801,full 33 opening. 34 2) Provide water tight gasket on all hinged covers. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer lines. 38 D.Grade Rings 39 1. Provide grade rings in sizes from 2-inch up to 8-inch. 40 E.Joint Sealant 41 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 42 form. 43 2. Provide sealant that is not dependant on a chemical action for its adhesive 44 properties or cohesive strength. 45 3. Provide adhesive as recommended by manufacturer on composite covers/grade 46 rings. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 9,2021 PROJECT DATE:AUGUST 2022 33 05 13-5 FRAME,COVER,AND GRADE RINGS Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A.Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B.Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C.Joint Sealing 27 1. Seal frame, grade rings and structure with specified sealant. 28 D.Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 9,2021 PROJECT DATE:AUGUST 2022 33 05 13-6 FRAME,COVER,AND GRADE RINGS Page 6 of 6 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] I I END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.4.d.2)b)—Updated to clear opening dimensions to 22`/z inches 3/19/2021 C.Henry 2.2.B.4.d.2)a)—Updated to clear opening dimensions to 24 inches 2.2.B.4.d2)b)—Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 12/09/2021 M Owen Update specifications to correspond to standard detail revisions 13 CITY OF FORT WORTH WESTSIDE III/1VN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 9,2021 PROJECT DATE:AUGUST 2022 33 05 16-1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 0516 CONCRETE WATER VAULTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-In-Place Concrete 4. Section 03 80 00—Modifications to Existing Concrete Structures 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each"Water Meter and Vault"complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO). 3. American Concrete Institute(ACI): a. 350,Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International(ASTM): a. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. b. C857,Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858,Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 16-2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923,Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures,Pipes,and Laterals. 5. Occupational Safety and Health Administration(OSHA) a. 1910.23,Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY,STORAGE,AND HANDLING A. Deliver vault or panels(units)to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking,distortion,staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH WESTSIDE IIMV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 16-3 CONCRETE WATER VAULTS Page 3 of 5 PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance/Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable-linked rubber seal devices or grout,as shown in Drawings,to provide seals around pipe penetrations. 3. Vault Access a. Cover/Door 1) For non-traffic areas—non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas—32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door,provide an automatic hold-open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction—Conform to Section 03 30 00. 2. Frame and Cover—Conform to Section 33 05 13. 3. Grade Ring—Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel—Conform to Section 03 30 00. 5. Sewer Pipe Connections—Conform to ASTM C923 or ASTM C 1628. 6. Adjustable-linked rubber seal devices a. Manufactured by Link-Seal or approved equal CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 16-4 CONCRETE WATER VAULTS Page 4 of 5 7. Interior Coating or Liner—Conform to Section 33 39 60. 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness(DFT)no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume±2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock(per Section 33 05 10)over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable-linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH WESTSIDE I11/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 16-5 CONCRETE WATER VAULTS Page 5 of 5 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.3—Modified vault hatch door and ladder requirements 2.2.C.6—Modified rubber seal requirements CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330517-1 CONCRETE COLLARS Page 1 of 4 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. Concrete Collars for Valves 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 03 30 00—Cast-In-Place Concrete 15 4. Section 03 80 00—Modifications to Existing Concrete Structures 16 5. Section 33 05 13—Frame, Cover, and Grade Rings 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Manhole 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each"Concrete Collar for 25 Manhole"installed. 26 c. The price bid will include: 27 1) Concrete Collar 28 2) Excavation 29 3) Forms 30 4) Reinforcing steel(if required) 31 5) Concrete 32 6) Backfill 33 7) Pavement removal 34 8) Hauling 35 9) Disposal of excess material 36 10) Placement and compaction of backfill 37 11) Clean-up 38 12) Additional pavement around perimeter of concrete collar as required for 39 rim adjustment on existing manhole. 40 2. Valve 41 a. Measurement CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 330517-2 CONCRETE COLLARS Page 2 of 4 1 1) Measurement for this Item shall be per each. 2 b. Payment 3 1) The work performed and the materials furnished in accordance with this 4 Item shall be paid for at the unit price bid per each"Concrete Collar for 5 Valve"installed. 6 c. The price bid will include: 7 1) Concrete Collar 8 2) Excavation 9 3) Forms 10 4) Reinforcing steel(if required) 11 5) Concrete 12 6) Backfill 13 7) Pavement removal 14 8) Hauling 15 9) Disposal of excess material 16 10) Placement and compaction of backfill 17 11) Clean-up 18 12) Additional pavement around perimeter of concrete collar as required for 19 rim adjustment on existing manhole. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification,unless a date is specifically cited. 25 2. ASTM International (ASTM): 26 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 27 b. D4259, Standard Practice for Abrading Concrete CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 330517-3 CONCRETE COLLARS Page 3 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES,MATERIALS 13 A. Materials 14 1. Concrete—Conform to Section 03 30 00. 15 2. Reinforcing Steel—Conform to Section 03 2100. 16 3. Frame and Cover—Conform to Section 33 05 13. 17 4. Grade Ring—Conform to Section 33 05 13. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Evaluation and Assessment 24 1. Verify lines and grades are in accordance to the Drawings. 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Final Rim Elevation 28 1. Install concrete grade rings for height adjustment. 29 a. Construct grade ring on load bearing shoulder of manhole. 30 b. Use sealant between rings as shown on Drawings. 31 c. Sono tube or approved equivalent may be used to perform the adjustment as 32 substitute for grade rings. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 33 05 17-4 CONCRETE COLLARS Page 4 of 4 1 2. Set frame on top of manhole or grade rings using continuous water sealant to clean 2 smooth surface (when sono tube is used in lieu of grade rings, sealant is not 3 required) 4 3. Remove debris, stones and dirt to ensure a watertight seal. 5 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 6 final surface elevation of the manhole frame. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.2—Blue text added to clarify where concrete collars are to be installed. 3/1 1/2022 M Owens Added measurement and payment for"Concrete Collar for Valve"and provided option to use Sono tube or approved equal product in lieu of grade rings 19 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised March 11,2022 PROJECT DATE:AUGUST 2022 33 05 20-1 AUGER BORING Page 1 of 7 SECTION 33 05 20 AUGER BORING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 22—Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration(OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S,Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330520-2 AUGER BORING Page 2 of 7 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information,project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name,contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FORT WORTH WESTSIDE IIMVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330520-3 AUGER BORING Page 3 of 7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave)to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330520-4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment,power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up,remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system(800-245-4545) to request marking of utilities by utility owners/operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables,or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods l. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers,pipe,property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330520-5 AUGER BORING Page 5 of 7 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330520-6 AUGER BORING Page 6 of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe,pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. I. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections I. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations,measurements, data and sample collection, including,but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to,visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical,hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330520-7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction,the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE IIIlIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-I HAND TUNNELING Page I of 10 SECTION 33 05 23 HAND TUNNELING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 21 —Tunnel Liner Plate 4. Section 33 05 22—Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work performed and materials furnished in accordance with this Item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing to be completed in place,and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration(OSHA) a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 1926, Subpart S,Underground Construction and Subpart P,Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-2 HAND TUNNELING Page 2 of 10 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit the following,when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane,front-end loader,forklift,spoil stockpiles,spoil hauling equipment,pumps,generator,pipe storage area,tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects,provide the following for Contact Grouting: a. Contact Grouting(outside of casing)Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-3 HAND TUNNELING Page 3 of 10 (1) Manufacturer's literature (2) Laboratory test data verifying the strength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) initial set time of grout (a) Data for these requirements shall be derived from trial batches from an approved testing laboratory. 5) Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. B. Daily Records 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to beginning Hand Tunneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were taken. 3. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length f. Time required to tunnel each ring g. Time required to set subsequent ring h. Spoil volumes(muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures J. Soil conditions,including occurrences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system m. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 0523-4 HAND TUNNELING Page 4 of 10 a. All tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in perfonning tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations,measurements,data and sample collection including,but not limited to,the following: a. The City and/or Engineer shall have access to the tunneling system prior to,during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to,during and following all tunneling operations. 1) This shall include,but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to,during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 2. Casing Pipe shall be in accordance with Section 33 05 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter(O.D.). CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-5 HAND TUNNELING Page 5 of 10 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements(settlement/heave)to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 1. Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak,running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.4 INSTALLATION A. Tunnel Methods CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-6 HAND TUNNELING Page 6 of 10 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers,pipe,property and the public b. Provide a finished product as required. B. General 1. The Contractor shall immediately notify the City,in writing,if and when any problems are encountered with equipment or materials,or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment,power,water and utilities for tunneling,spoil removal and disposal,grouting and other associated work required for the methods of construction. 4. Promptly clean up.Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day,including weekends and holidays,without interruption,until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end,unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks,apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides,properly braced together,to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general,excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 113 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material,but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-7 HAND TUNNELING Page 7 of 10 3. If desired,use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB-17,Section II-26,Construction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates,poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities,facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures,roadways,or utilities. b. The Contractor shall repair any damage resulting from construction activities,at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1. Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate,install pressure grout mix at the end of each work day or more often,as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48-inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. CITY OF FORT WORTH WESTSIDE IIIlIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-8 HAND TUNNELING Page 8 of 10 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade 1. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it,as required. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design line or grade:±2 inches maximum 1) If the installation is off line or grade,make the necessary collections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances,correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield,notify the City immediately. 2. Correct the condition and remove,clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions,as defined as metallic debris,reinforced concrete,rocks,whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort,and 2) Are located partially or wholly within the cross-sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330523-9 HAND TUNNELING Page 9 of 10 b. Payment will be negotiated with the Contractor on a case-by-case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise making it possible for the shield to advance past objects consisting of cobbles, boulders,wood,reinforced concrete,and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 3.5 CLEANUP AND RESTORATION A. After completion of the tunneling,all construction debris,spoils,oil,grease and other materials shall be removed from the tunneling pipe, shafts and all work areas. 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete,or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Safety 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel,electrical,hydraulic and air powered equipment are acceptable,subject to applicable local, State,and Federal regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State,and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S,Underground Construction and Subpart P,Excavations. a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction,the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 23-10 HAND TUNNELING Page 10 of 10 a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE IIVIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330524-I INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 01 30—Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a. Measurement 20 1) Measured horizontally along the surface from centerline to centerline of the 21 beginning of the casing/liner to the end of the casing/liner 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid per linear foot for"Sewer Carrier Pipe"complete in place for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Sanitary Sewer Main(Pipe)in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 1) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement" shall be paid for at the 4 unit price bid per linear foot for"Water Carrier Pipe"complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main(Pipe)in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization(ISO): 35 a. 9001, Quality Management Systems- Requirements. 36 4. Occupational Safety and Health Administration(OSHA) 37 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 38 1926, Subpart S,Underground Construction and Subpart P,Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH WESTSIDE 1II/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,I03292-2 Revised June I9,2013 PROJECT DATE:AUGUST 2022 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by-case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space(between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches, without hold down jacks or a 46 restrained spacer,provide buoyant force calculations during grouting and 47 measures to prevent flotation. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 01 60 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 0125 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification, incorporating all support/insulator 27 dimensions re uired. Diameter Specification inches Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP(Restrained) 33 11 10 16-20 AWWA C303 Restrained 33 11 13 DIP(Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 AWWA C301 (Restrained) 33 11 15 24 and greater Steel Restrained 33 11 14 Sanitary DIP(with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR 14 33 31 20 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout(LDCC) 10 1) Annular space(between sewer carrier pipe and casing/liner) grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter,use hard rubber seals, Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater,use pull-on, 1/8 inch thick, 32 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 34 3) For sewer piping,no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting(where grout is used). 41 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe,utilize Stainless Steel. 47 3) For sewer pipe,utilize Coated Steel. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 4) Suitable for supporting weight of carrier pipe without deformation or 2 collapse during installation 3 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 4 operations and prevent floating or movement. 5 d. Provide dielectric strength sufficient to electrically isolate each component 6 from one another and from the casing. 7 e. Design risers for appropriate loads, and, as a minimum: 8 1) Provide 10 gage steel risers 9 a) Provide stainless steel bands and risers for water installations. 10 f. Band material and criteria 11 1) Provide polyvinyl chloride inner liner with: 12 a) Minimum thickness of 0.09 inches 13 b) Durometer"A"of 85-90 hardness 14 c) Minimum dielectric strength of 58,000 volts 15 g. Runner material and criteria 16 1) Provide pressure-molded glass reinforced polymer or UHMW with: 17 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 18 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 19 steel studs. 20 3) Runner studs and nuts shall be recessed well below the wearing surface of 21 the runner 22 a) Fill recess with a corrosion inhibiting filler. 23 h. Riser height 24 1) Provide sufficient height with attached runner allow a minimum clearance 25 of 2 inches between the outside of carrier pipe bells or couplings and the 26 inside of the casing liner surface. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] 33 3.4 INSTALLATION 34 A. General 35 1. Carrier pipe installation shall not begin until the following tasks have been 36 completed: 37 a. All required submittals have been provided, reviewed and accepted. 38 b. All casing/liner joints are watertight and no water is entering casing or liner 39 from any sources. 40 c. All contact grouting is complete. 41 d. Casing/liner alignment record drawings have been submitted and accepted by 42 City to document deviations due to casing/liner installation. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 e. Site safety representative has prepared a code of safe practices and an 2 emergency plan in accordance with applicable requirements. 3 2. The carrier pipe shall be installed within the casings or liners between the limits 4 indicated on the Drawings,to the specified lines and grades and utilizing methods 5 which include due regard for safety of workers, adjacent structures and 6 improvements, utilities and the public. 7 B. Control of Line and Grade 8 1. Install Carrier pipe inside the steel casing within the following tolerances: 9 a. Horizontal 10 1) ±2 inches from design line 11 b. Vertical 12 1) f 1 inch from design grade 13 2. Check line and grade set up prior to beginning carrier pipe installation. 14 3. Perform survey checks of line-and-grade of carrier pipe during installation 15 operations. 16 4. The Contractor is fully responsible for the accuracy of the installation and the 17 correction of it, as required. 18 a. Where the carrier pipe installation does not satisfy the specified tolerances, 19 correct the installation, including if necessary,redesign of the pipe or structures 20 at no additional cost to City. 21 C. Installation of Carrier Pipe 22 1. Pipe Installation 23 a. Remove all loose soil from casing or liner. 24 b. Grind smooth all rough welds at casing joints. 25 2. Installation of Casing Spacers 26 a. Provide casing spacers, insulators or other approved devices to prevent 27 flotation,movement or damage to the pipe during installation and grout backfill 28 placement. 29 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 30 casings or tunnels. 31 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 32 insulators and pipe insertion. 33 d. Install spacers in accordance with manufacturer's recommendations. 34 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 35 and the casing. 36 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 37 the casing/liner in a manner that could damage the pipe or coatings. 38 1) If guide rails are allowed,place cement mortar on both sides of the rails. 39 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 40 lubricant to minimize friction when installing the carrier pipe. 41 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 42 casing. 43 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 44 firm,uniform and continuous support for the pipe. If the trench requires some 45 backfill to establish the final trench bottom grade,place the backfill material in 46 6-inch lifts and compact each layer. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 J. After the casing or tunnel liner has been placed,pump dry and maintain dry 2 until the casing spacers and end seals are installed. 3 3. Insulator Spacing 4 a. Maximum distance between spacers is to be 6 feet. 5 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 6 1) Install 2 spacers within 1 foot on each side of the bell or flange. 7 2) Remaining 2 spacers shall be spaced equally. 8 c. If the casing or pipe is angled or bent, reduce the spacing. 9 d. The end spacer must be within 6 inches of the end of the casing pipe,regardless 10 of size of casing and pipe or type of spacer used. 11 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 12 spigot into the bell. 13 4. After installation of the carrier pipe: 14 a. Mortar inside and outside of the joints, as applicable 15 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 16 1) If continuity exists, remedy the short, by all means necessary including 17 removing and reinstalling the carrier pipe,prior to applying cellular grout. 18 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 19 casing. 20 d. If steel pipe is used and not welded prior to installation in casing/liner,welding 21 of pipe will only be allowed after grouting of annular space is complete. 22 D. Installation of End Seals 23 1. For Water Pipes 24 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 25 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 26 casing. Securely fasten with stainless steel bands. 27 2. For Sewer Pipes 28 a. Grout annular space between carrier pipe and casing as indicated in this 29 Specification. 30 E. Annular Space Grouting(For Sewer Only) 31 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 32 operation as necessary. 33 2. Mixing of Grout 34 a. Mix material in equipment of sufficient size to provide the desired amount of 35 grout material for each stage in a single operation. 36 1) The equipment shall be capable of mixing the grout at the required densities 37 for the approved procedure and shall be capable of changing the densities 38 as required by field conditions. 39 3. Backfill Annular Space with Grout 40 a. Prior to filling of the annular space,test the carrier pipe in accordance with 41 Section 33 01 30. 42 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 43 do not exceed this pressure. 44 c. After the installation of the carrier pipe, the remaining space (all voids)between 45 the casing/liner and the carrier shall be filled with LDCC grout. 46 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 47 be in contact with the grout. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 2) Grout shall be pumped through a pipe or hose. 2 3) Use grout pipes, or other appropriate materials,to avoid damage to carrier 3 pipe during grouting. 4 4. Injection of LDCC Grout 5 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 6 approved recommendations or 5 psi(whichever is lower). 7 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 8 velocity and pressure compatible with the size/volume of the annular space. 9 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 10 grouting procedures require multiple stages. 11 d. Grout placements shall not be terminated until the estimated annular volume of 12 grout has been injected. 13 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 14 6. Protect and preserve the interior surfaces of the casing from damage. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD [OR] SITE QUALITY CONTROL 18 A. Reports and Records required for pipe installations greater than 48-inches and longer 19 than 350 feet 20 1. Maintain and submit daily logs of grouting operations. 21 a. Include: 22 1) Grouting locations 23 2) Pressures 24 3) Volumes 25 4) Grout mix pumped 26 5) Time of pumping 27 2. Note any problems or unusual observations on logs. 28 B. Grout Strength Tests 29 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 30 cylinder molds or grout cubes obtained during grouting operations. 31 2. City will perform field sampling during annular space grouting. 32 a. City will collect at least I set of 4 cylinder molds or grout cubes for each 100 33 cubic yards of grout injected but not less than 1 set for each grouting shift. 34 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 35 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 36 c. Remaining samples shall be tested as directed by City. 37 C. Safety 38 1. The Contractor is responsible for safety on the job site. 39 a. Perform all Work in accordance with the current applicable regulations of the 40 Federal, State and local agencies. 41 b. In the event of conflict,comply with the more restrictive applicable 42 requirement. 43 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 44 shafts/pits. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 a. Diesel, electrical,hydraulic and air powered equipment is acceptable, subject to 2 applicable local, State and Federal regulations. 3 3. Methods of construction shall be such as to ensure the safety of the Work, 4 Contractor's and other employees on site and the public. 5 4. Furnish and operate a temporary ventilation system in accordance with applicable 6 safety requirements when personnel are underground. 7 a. Perform all required air and gas monitoring. 8 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 9 atmosphere free of toxic or flammable gasses in all underground work areas. 10 5. Perform all Work in accordance with all current applicable regulations and safety 11 requirements of the federal, state and local agencies. 12 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 13 Underground Construction and Subpart P, Excavations. 14 b. In the event of conflict, comply with the more stringent requirements. 15 6. If personnel will enter the pipe during construction,the Contractor shall develop an 16 emergency response plan for rescuing personnel trapped underground in a shaft 17 excavation or pipe. 18 a. Keep on-site all equipment required for emergency response in accordance with 19 the agency having jurisdiction 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3A0 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.1—Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.LC—Added Concrete Pressure Pipe Specification reference. 6/19/2013 D.Johnson 2.2.B.5—Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3—Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 29 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 330526-1 UTILITY MARKERS/LOCATORS Pagel of 4 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for"Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing,placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association(AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width—3 inch minimum 3) Weight—27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH WESTSIDE Ill/1V/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 26-3 UTILITY MARKERS/LOCATORS Page 3 of (1) Color—Blue (in accordance with APWA Uniform Color Code) (2) Legend—Caution Potable Water Line Below(repeated every 24 inches) b) Reclaimed water lines (1) Color—Purple(in accordance with APWA Uniform Color Code) (2) Legend—Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color—Green (in accordance with APWA Uniform Color Code) (2) Legend—Caution Sewer Line Below(repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored,ultraviolet resistant domes as follows: a) Water Lines (1) Color—Blue (in accordance with APWA Uniform Color Code) (2) Legend—Caution Potable Water Line Below b) Reclaimed water lines (1) Color—Purple(in accordance with APWA Uniform Color Code) (2) Legend—Caution Reclaimed Water Line Below c) Sewer lines (1) Color—Green(in accordance with APWA Uniform Color Code) (2) Legend—Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,20I2 PROJECT DATE:AUGUST 2022 33 05 30-1 LOCATION OF EXISTING UTILITIES Page I of 4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of. a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing,placing and compaction of embedment 8) Furnishing,placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 30-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing,placing and compaction of embedment 8) Furnishing,placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called"D-Hole"within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations,the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 05 30-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings,notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 12 20-1 RESILIENT SEATED(WEDGE)GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated(Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 13 2. Division 1 —General Requirements 14 3. Section 33 1105—Bolts,Nuts, and Gaskets 15 4. Section 33 11 10—Ductile Iron Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Gate Valve 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each"Gate Valve"installed 24 for: 25 a) Various sizes 26 c. The price bid shall include: 27 1) Furnishing and installing Gate Valves with connections as specified in the 28 Drawings 29 2) Valve box 30 3) Extension 31 4) Extensions for valves in vaults 32 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 33 6) Petrolatum tape for connections to steel flanges 34 7) 2-inch risers (for 16-inch and larger gate valves) 35 8) Isolation kits when installed with flanged connections 36 9) Polyethylene encasement 37 10) Pavement removal 38 11) Excavation 39 12) Hauling CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 33 12 20-2 RESILIENT SEATED(WEDGE)GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing,placement and compaction of embedment 3 15) Furnishing,placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut-in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each"Cut-in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing,placement and compaction of embedment 35 18) Furnishing,placement and compaction of backfill 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS—Non Rising Stem 43 2. OS&Y—Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 331220-3 RESILIENT SEATED(WEDGE)GATE VALVE Page 3 of 10 1 1. Reference standards cited in this Specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 Specification,unless a date is specifically cited. 4 2. American Association of State Highway and Transportation Officials (AASHTO). 5 3. American Society of Mechanical Engineers (ASME): 6 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 7 4. American Iron and Steel Institute (AISI). 8 5. ASTM International(ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B 117, Standard Practice for Operating Salt Spray(Fog) Apparatus. 15 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association (AWWA): 18 a. C509,Resilient-Seated Gate Valves for Water Supply Service. 19 b. C515, Reduced-Wall,Resilient-Seated Gate Valves for Water Supply Service. 20 c. C550, Protective Interior Coatings for Valves and Hydrants. 21 d. C900,Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings,4 IN 22 through 12 IN, for Water Transmission and Distribution. 23 7. American Water Works Association/American National Standards Institute 24 (AW WA/ANSI): 25 a. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 26 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 27 c. Cl 15/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 28 Threaded Flanges. 29 8. NSF International(NSF): 30 a. 61,Drinking Water System Components -Health Effects. 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the City prior to delivery. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Resilient Seated(Wedge) Gate Valve noting the pressure rating and coating system 38 supplied, including: 39 a. Dimensions,weights, material list, and detailed drawings 40 b. Joint type 41 c. Maximum torque recommended by the manufacturer for the valve size 42 2. Polyethylene encasement and tape CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 33 1220-4 RESILIENT SEATED(WEDGE)GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint,if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated(Wedge)Gate Valves meet 11 the provisions of this Section,each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated(Wedge)Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated(Wedge)Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated(Wedge)Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders,specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch,valves of each size shall be the product of 1 32 manufacturer,unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass,the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH WESTSIDE HI/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 331220-5 RESILIENT SEATED(WEDGE)GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body,wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled(partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE,AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,20I5 PROJECT DATE:AUGUST 2022 33 1220-6 RESILIENT SEATED(WEDGE)GATE VALVE Page 6 of 10 1 1. Valve Body 2 a. Valve body:ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 C111/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated,minimum 5 7 mils,meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge(Gate) 12 a. Resilient wedge: rated at 250 prig cold water working pressure 13 b. The wedge(gate) for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller,track and scrapper system, an integrally 17 cast bypass on the body of the valve is required. 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box-Hex head bolt,and hex nut: Steel ASTM 23 A307 Gr. B,Zinc Plate per ASTM B633, SC3 for non-buried service(4-inch 24 through 12-inch valves)or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service(all sizes) 26 and for valves 16-inch through 36-inch(non-buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 1105. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 1105. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. 36 6. Joints 37 a. Valves: flanged,or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged joints: AWWA/ANSI CI 15/A21.15,ASME B16.1,Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange joints unless otherwise specified in the Contract Documents. 45 3) Ductile Iron or PVC pressure pipe 46 a) Use mechanical joints with mechanically restrained retainer glands 47 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 33 12 20-7 RESILIENT SEATED(WEDGE)GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top,2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word"OPEN"on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut from 9 transferring torque to that shaft or the gear box that exceeds the manufacturer's 10 recommended torque. 11 f. Furnish handwheel operators for non-buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve as 17 an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground,when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve-operating nut 28 c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant,bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes 33 and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word"WATER"or"RECLAIMED"in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH WESTSIDE III/1V/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,20I5 PROJECT DATE:AUGUST 2022 331220-8 RESILIENT SEATED(WEDGE)GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve,the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria,then the valve will be 25 accepted as installed. 26 B. Non-Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria,at 29 the Contractor's expense. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 331220-9 RESILIENT SEATED(WEDGE)GATE VALVE Page 9 of 10 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 33 12 20-10 RESILIENT SEATED(WEDGE)GATE VALVE Page 10 of 10 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 1.LA—Modified acceptable size range and added requirement for bypass in 30-inch gate valves,Blue text added for exceptions 1.2 Measurement and Payment—Added Cut-In Gate Valve 1.2.A.1.c and 1.2.A.2.c—added additional items to be included in price bid 1.6.A—removed requirement for product data for bolts and nuts because it is to be included under Section 33 11 05. 12/20/2012 D.Johnson 1.9.A.1—Added requirement for bypass valve manufacturing 2.2.C.—Added requirement for 30-inch gate valves to have a bypass and bypass material requirements;Added reference to Section 33 11 05 and removed material specification for bolts,nuts and gaskets;Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3—Modified acceptable cast iron from Class 40 to Class 35B;Added requirements for reclaimed water applications 1.1.A.2 Revision-Gate valves larger than 24-inches may be approved by the City on a case-by-case basis 1.6.B.3 Added Section.Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section—Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D.Townsend in foreign factories/foundries providing components to certify on-site quality control. 1.9.A.l.f Added Section.Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.Lg Added Section.Requirement for Gate Valve manufacturers ownership(or control)in foreign factories/foundries providing components to certify on-site quality control 1.1.A.1 Revised maximum allowable Resilient Seated(Wedge)Gate Valve from 30-inch to 48-inch 1.LA.La Revised minimum size gate valve requiring bypass from 30-inch to 24-inch. 5/6/2015 D.Townsend 2.2.C.3.Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller,track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications 3 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised May 6,2015 PROJECT DATE:AUGUST 2022 33 12 21- 1 AWWA Rubber-Seated Butterfly Valves Page I of I 1 SECTION 33 12 21 AWWA RUBBER-SEATED BUTTERFLY VALVES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. AWWA Rubber-Seated Butterfly Valves 30-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as shown on the Standard Products List. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-In-Place Concrete 4. Section 33 04 10 Joint Bonding and Electrical Isolation 5. Section 33 05 16—Concrete Water Vaults 6. Section 33 1105—Bolts,Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"AWWA Butterfly Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placing and compaction of embedment h. Furnishing,placing and compaction of backfill I. Clean-up J. Cleaning k. Disinfection 1. Testing CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221-2 AWWA Rubber-Seated Butterfly Valves Page 2 of 11 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American National Standards Institute(ANSI): a. 131.1,Unified Inch Screw Thread Series 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A536, Standard Specification for Ductile Iron Castings. d. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. CI II/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 6. American Water Works Association (AWWA): a. C504, Rubber-Seated Butterfly Valves. b. C550, Protective Interior Coatings for Valves and Hydrants. 7. NSF International(NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings/NACE International(SSPC/NACE): a. SP 10/NACE No. 2,Near-White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Rubber-Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification f. Valve Seat Type and bonding method to disc or body g. Valve-port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operator and extension stems 1. Opening direction CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221-3 AWWA Rubber-Seated Butterfly Valves Page 3 of 11 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber-Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast-in-place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber-Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber-Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber-Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge)Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Rubber-Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Rubber-Seated Butterfly Valves shall be in conformance with AWWA C504. c. Casings for Rubber-Seated Butterfly Valves; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled(partial ownership) such that the Rubber-Seated Butterfly Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. d. Worm-gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504&C5PV-3 Quarter-turn Worm Gear Operator, 2) AUWA GS Part-Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non-burier applications or WB series for direct-buried applications CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221 -4 AWWA Rubber-Seated Butterfly Valves Page 4 of 11 5) Or Engineer approved equal 2. The AWWA Rubber-Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber-Seated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including,but not limited to, the valve, actuator and extension stems. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated,tested and installed by factory-authorized representatives experienced in the design and manufacture of the equipment. 1) This includes,but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 1.10 DELIVERY, STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221-5 AWWA Rubber-Seated Butterfly Valves Page 5 of 11 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. AWWA Rubber-Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber-Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B 16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI CI11/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material 2) Provide bolts and nuts in accordance with Section 33 11 05. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B1.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 1105. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub-shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 '/z times shaft diameter CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221-6 AWWA Rubber-Seated Butterfly Valves Page 6 of 11 3) Minimum diameter per AWWA C5O4 4) Horizontal orientation 7. Shaft Seals a. Valve shaft seals shall be self-compensating V-type packing with a minimum of 4 sealing rings. b. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9. Valve Seat a. Seats on Body(for transmission projects only) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body. 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the full 36O degrees circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (for transmission or water facility) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. 4) The resilient seat's mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance/Design Criteria a. Valve Classification shall be Class 25OB D. Finishes 1. Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the latest revision of AWWA C550. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. b. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer's standard coating or as specified in the Contract Documents. c. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured,rust inhibiting epoxy. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221-7 AWWA Rubber-Seated Butterfly Valves Page 7 of 1 I d. Surfaces to be coated shall be prepared and sand-blasted per SSPC SP 10/NACE No. 2. e. Final coating thickness shall be 16 mils minimum. f. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. g. Tests for invisible holidays shall be conducted using a low voltage,wet sponge holiday or leak detector. E. Marking for Identification 1. For each Rubber-Seated Butterfly Valve, clearly mark with the following information: a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 2.3 ACCESSORIES A. Rubber-Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 1. Below grade Rubber-Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. Valves shall be provided with manual actuators,unless otherwise specified in the Drawings. b. Valves shall be opened by turning the actuator clockwise and close counter clockwise. c. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. d. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. e. Butterfly valves in plant,pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. f. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing"Open"and"Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position(Closed-0 degree and Open-90 degree) d) Arc graduated in degrees g. Actuator shall be worm-gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 331221-8 AWWA Rubber-Seated Butterfly Valves Page 8 of 11 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom-entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. Worm gear operator shall include handwheel with maximum 80 pound rim pull or a 2- inch AWWA Nut with a maximum 150 ft. lbs required input torque 4) Materials of Construction a) Housing: Ductile Iron b) Drive sleeve: Bronze c) Worm: Alloy steel with splined input drive connection d) Bearings: Heavy duty tapered roller bearings e) Finish: Thermostatically Applied Polyester Powdercoat f) Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. a) With spur gear removed,splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi-turn"torque-only" electric valve actuator. (1) Supplier shall include the Number of Turns required to complete on Open-to-Close stroke in the Equipment Submittal. 3. Extension Stem a. Keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground,when the operating nut on the valve is 3 feet or more beneath the surface of the ground 1) Not required for City stock orders. 2) Extension stems shall not be bolted or attached to the valve-operating nut. 3) Extension stems shall be of cold rolled steel with a cross-sectional area of 1 square inch,fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare,with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets,glands,lubricant,bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage(i.e. bubbles in the water pool)during the test period. CITY OF FORT WORTH WESTSIDE IIUIVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221 -9 AWWA Rubber-Seated Butterfly Valves Page 9 of 11 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test,there shall be no leakage or seeping through the valve body, weld or valve trunnions. PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All Rubber-Seated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. 2. For buried applications, Rubber-Seated Butterfly Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00. All vault appurtenances shall be installed in accordance with Section 33 05 16. 3. All excavations shall be backfilled in accordance with Section 33 05 10. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed Rubber-Seated Butterfly Valve,the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber-Seated Butterfly Valve meet the City's criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 12 21-10 AWWA Rubber-Seated Butterfly Valves Page 10 of 11 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE III/IVIV TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 1221 -11 AWWA Rubber-Seated Butterfly Valves Page 11 of 11 Revision Log DATE NAME SUMMARY OF CHANGE 1.LA—Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches;Blue text included for exceptions 12/20/2012 D.Johnson 2.2.C.3 and 4—Added Section 33 11 05 reference and removed material specification for bolts,nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 1.LA Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches;Blue text included for exceptions 1.6.C.3 Added Section.Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.Lc Added Section.Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 6/24/2014 D.Townsend 1.9.A.Ld Added Section.Acceptable worm gear type actuators. 2.2.A.2.Added Clarification.Accepted product can be listed in this specification 2.3.A.2.g.3&4.Format Change.Added Item 4 to Item 3. 2.3.AQ.2.g.3.Addition:"or 2-inch AWWA Nut with a maximum 150 ft lbs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.0&2.3.A.2.c.I Modification.Manual actuator to have adjustable stops 04/23/2019 Walter Norwood 1.1.A previously referenced"...as specified herein and shown on the Drawings."and was updated to reflect"...as shown on the Standard Products List." CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised April 23,2019 PROJECT DATE:AUGUST 2022 33 12 25-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include,but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30—Location of Existing Utilities 6. Section 33 11 05—Bolts,Nuts, and Gaskets 7. Section 33 11 10—Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Connection to Existing Water Main"installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including,but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation(as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including,but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation(as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 33 1225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers(ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International(ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service,or Both d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low-and Intermediate-Tensile Strength. g. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe- 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223,Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components—Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing,pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 33 12 25-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April,unless otherwise approved by the City b. During normal business hours from Monday through Friday,unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions,weights,material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 33 1225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request,in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 33 1225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C,ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C 105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C 115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 33 05 10. 2. Verify that all equipment and materials are available on—site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A, General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure I. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de-chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used,the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment,backfill, soil,water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11, Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 33 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 33 1225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•C.3 and 4—Added reference to Section 33 1105 and removed bolt,nut and gasket material specification 2/6/2013 D.Townsend 3.4.13.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised February 6,2013 PROJECT DATE:AUGUST 2022 33 12 40-1 FIRE HYDRANTS Page I of 7 1 SECTION 33 12 40 2 FIRE HYDRANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 13 4. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains 14 5. Section 33 11 10—Ductile Iron Pipe 15 6. Section 33 11 11 —Ductile Iron Fittings 16 7. Section 33 11 14—Buried Steel Pipe and Fittings 17 8. Section 33 12 20—Resilient Seated(Wedge) Gate Valve 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Fire Hydrant and Extension 22 1) Measurement for this item shall be by the each hydrant, complete in place. 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and measured 25 under"Measurement"will be paid for at the unit prices bid per each"Fire Hydrant" 26 installed. 27 3. The price bid shall include: 28 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 29 Drawings 30 b. Dry-Barrel Fire Hydrant assembly from base to operating nut 31 c. Extension barrel and stem 32 d. Adjusting hydrant to the appropriate height 33 e. Painting 34 f. Pavement Removal 35 g. Excavation 36 h. Freight, loading,unloading and handling 37 i. Disposal of excess material 38 j. Furnish,placement and compaction of embedment 39 k. Furnish,placement and compaction of backfill 40 1. Blocking, Braces and Rest 41 in. Clean up CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,2014 PROJECT DATE:AUGUST 2022 331240-2 FIRE HYDRANTS Page 2 of 7 1 n. Disinfection 2 o. Testing 3 1.3 REFERENCES 4 A. Definitions 5 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference standard 8 published at the time of the latest revision date logged at the end of this Specification, 9 unless a date is specifically cited. 10 2. American Water Works Association (AWWA): 11 a. C502,Dry-Barrel Fire Hydrants 12 b. Manual of Water Supply Practices M17 (AWWA Manual M17)—Installation, Field 13 Testing, and Maintenance of Fire Hydrants 14 3. NSF International 15 a. 61, Drinking Water System Components—Health Effects 16 4. National Fire Protection Association (NFPA) 17 a. 1963, Standard for Fire Hose Connections 18 5. Underwriters Laboratories, Inc. (UL) 19 a. 246, Hydrants for Fire-Protection Service 20 6. Factory Mutual (FM) 21 a. Class Number 1510, Approval Standard for Fire Hydrant(Dry Barrel Type) for Private 22 Fire Service 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the City prior to construction. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Dry-Barrel Fire Hydrant stating: 30 a. Main valve opening size 31 b. Nozzle arrangement and sizes 32 c. Operating nut size 33 d. Operating nut operating direction 34 e. Working pressure rating 35 f. Component assembly and materials 36 g. Coatings and Finishes 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. Qualifications 41 1. Manufacturers 42 a. Dry-Barrel Fire Hydrants shall be the product of I manufacturer. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,20I4 PROJECT DATE:AUGUST 2022 33 12 40-3 FIRE HYDRANTS Page 3 of 7 1 1) Change orders, specials and field changes may be provided by a different 2 manufacturer upon City approval. 3 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 4 1510. 5 1.10 DELIVERY,STORAGE,AND HANDLING 6 A. Storage and Handling Requirements 7 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA 8 Manual M 17. 9 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from 10 the time of shipment until installation is completed and the units and equipment are ready 11 for operation. 12 3. Protect all equipment and parts against any damage during a prolonged period at the site. 13 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built 14 and securely bolted thereto. 15 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes 17 in temperature. 18 7. Secure and maintain a location to store the material in accordance with Section 01 66 00. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. Manufacturer Warranty 22 1. Manufacturer's Warranty shall be in accordance with Division 1. 23 PART 2- PRODUCTS 24 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City's Standard Products List will be considered as 28 shown in Section 01 60 00. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a substitution and 31 shall be submitted in accordance with Section 0125 00. 32 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer regularly 33 engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size. 34 B. Description 35 1. Regulatory Requirements 36 a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and 37 shall meet or exceed the requirements of this Specification. 38 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall conform to 39 the requirements of NSF 61. 40 C. Performance/Design Criteria CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,2014 PROJECT DATE:AUGUST 2022 331240-4 FIRE HYDRANTS Page 4 of 7 1 1. Capacities 2 a. Rated working pressure of 250 psi or greater 3 2. Design Criteria 4 a. Operating nut 5 1) Uniformly tapered square nut measuring: 6 a) 1 inch at the base 7 b) 7/8 inch at the top 8 2) Open by turning the operating nut to the right(clockwise 9 a) Provide operating direction clearly marked with an arrow and the word 10 "OPEN". 11 3) Provide weather shield with operating nut. 12 b. Main Valve 13 1) Minimum 51/4-inch opening 14 2) Compression type 15 a) Opening against pressure 16 b) Closing with pressure 17 c. Nozzles 18 1) `T' shape, 3 nozzle arrangement 19 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 20 a) Hose nozzles 21 (1) 2 x 2'/2-inch (nominal size of connection) 22 (a) 180 degrees apart 23 (b) Thread Designation 2.5-7.5 NH(NFPA 1963) 24 b) Pump nozzle 25 (1) 4-inch (nominal size of connection) 26 (a) Thread Designation 4-4 NH (NFPA 1963) 27 d. Hydrant Barrel Configuration 28 1) Upper barrel 29 2) Breakable flange and stem 30 a) To be installed above ground at the connection to the upper barrel 31 3) Extension barrel (if needed) and lower barrel 32 a) Extension barrel and stem 33 (1) Lengthen in 6-inch increments 34 e. Drain Valve 35 1) Non-corrodible material 36 2) Spring operated drain valves are not allowed. 37 D. Function 38 1. Drain Valve 39 a. Drain fire hydrant barrels when main valve is closed. 40 E. Materials 41 1. Furnish materials in accordance with AWWA C502. 42 2. Dry-Barrel Fire Hydrant Assembly 43 a. Internal parts 44 1) Threads 45 a) Provide operating thread designed to avoid metal such as iron or steel threads 46 against iron or steel parts. 47 2) Stem 48 a) Stem Nuts CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,2014 PROJECT DATE:AUGUST 2022 33 12 40-5 FIRE HYDRANTS Page 5 of 7 1 (1) Provide bronze stem nuts. 2 (a) Grades per AWWA C502 3 b) Where needed, stem shall be grooved and sealed with 0-rings. 4 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 5 F. Finishes 6 1. Primer Materials 7 a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 8 2. Finish Materials 9 a. Dry-Barrel Fire Hydrant 10 1) Exterior 11 a) Above grade 12 (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant assembly 13 components in accordance with AWWA C502. 14 (2) Coating shall be Flynt Aluminum Paint in Silver. 15 b) Below grade 16 (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly 17 components in accordance with AWWA C502. 18 2) Interior 19 a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance with 20 AWWA C502 21 2.3 ACCESSORIES 22 A. Polyethylene Encasement 23 1. Provide polyethylene encasement in accordance with Section 33 11 10. 24 B. Embedment 25 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 26 2.4 SOURCE QUALITY CONTROL 27 A. Tests and Inspections 28 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. 29 B. Markings 30 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. 31 PART 3 - EXECUTION [NOT USED] 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. General 37 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's 38 recommendations and as shown on the Drawings. 39 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard 40 Details. CITY OF FORT WORTH WESTSIDE 111/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,20I4 PROJECT DATE:AUGUST 2022 331240-6 FIRE HYDRANTS Page 6 of 7 1 3. Excavate and backfill trenches in accordance with 33 05 10. 2 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. 3 a. At the location of the weep holes,wrap barrel with polyethylene encasement and 4 crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5 5. Polyethylene encasement installation shall be in accordance with the applicable portion of 6 Section 33 11 10. 7 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the 8 Drawings. 9 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance 10 with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. 11 a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 12 foot on all sides of the fire hydrant base. 13 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 14 a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. 15 b. Fittings may be used along fire lead line to ensure minimum and maximum cover 16 requirements are met. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD CONTROL 20 A. Field Inspections 21 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no deformation, 22 leaking or damage of any kind for the pressure ranges indicated. 23 2. City inspector will issue final inspection notice to City staff. 24 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect 25 and operate the hydrant, to ensure that the fire hydrant was installed in accordance with 26 AWWA Manual of Water Supply Practice M17. This includes but is not limited to: 27 a. Operation of Nozzles and operating nut are not obstructed. 28 b. Drain valve is not obstructed or plugged 29 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line 30 it's connected to is put in service. 31 B. Non-Conforming Work 32 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not meet the 33 criteria of the AWWA Manual of Water Supply Practice M17,the Contractor will remedy 34 the situation criteria, at the Contractor's expense. CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,2014 PROJECT DATE:AUGUST 2022 331240-7 FIRE HYDRANTS Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE 7 3.14 ATTACHMENTS 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.F.2.a.1).a).(2)Added paint manufacturer specification 12/20/2012 D.Johnson 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act(P.L. 111-380)—All material s to be lead-free in accordance with this act. 11/27/2013 D.Townsend Sections modified are 1.1.A.1, 1.9.A.2,and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1,2.2.13.l.c,2.4.13.2 H.R.3588(P.L. 113-64)signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act(P.L. 1 11-380)requirement for fire hydrant. All previous revisions related to"lead-free"requirement are now deleted including those revisions 1/3/2014 D.Townsend made 11/27/2013,those being: Sections modified are 1.1.A.1, 1.9.A.2,and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1,2.2.13.Le,2.4.13.2 10 CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised January 3,2014 PROJECT DATE:AUGUST 2022 33 12 60- 1 STANDARD BLOW-OFF ASSEMBLY Page 1 of 4 SECTION 33 12 60 STANDARD BLOW-OFF ASSEMBLY PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Standard Blow-off Assembly(6-inch thru 12-inch) B. Products Installed but Not Furnished Under This Section 1. None C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-in-Place Concrete 4. Section 03 80 00—Modifications to Existing Concrete Structures 5. Section 33 05 10—Utility Trench Excavation, Embedment, and Backfill 6. Section 33 05 13—Frame, Cover and Grade Rings 7. Section 33 11 10—Ductile Iron Pipe 8. Section 33 11 11 —Ductile Iron Fittings 9. Section 33 11 13—Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 10. Section 33 11 14—Buried Steel Pipe and Fittings 11. Section 33 12 20—Resilient Seated Gate Valve 12. Section 33 39 10—Cast-in-Place Concrete Manholes 13. Section 33 39 20—Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes gate valves,piping, appurtenances,manhole and cast-in- place concrete bases. 1) Tee or outlet from water main is measured and paid for separately. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Blow Off Valve"installed for: 1) Various sizes 3. The price bid shall include: CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 331260-2 STANDARD BLOW-OFF ASSEMBLY Page 2 of 4 a. Excavation b. Pre-cast or cast-in-place concrete manhole and appurtenances c. Cast-in-place concrete gate valve bases d. Crushed rock foundation e. Hinged frame and cover f. Piping,valves and appurtenances g. Fittings(excluding tee or outlet on water main) h. Horizontal thrust blocking i. Backfill j. Pavement removal k. Hauling 1. Disposal of excess material m. Placement and compaction of backfill n. Clean-up o. Surface restoration associated with blow-off valve manhole and piping 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Piping 3. Isolation Valves 4. Frame and Cover 5. Concrete mix design for gate valve bases 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 331260-3 STANDARD BLOW-OFF ASSEMBLY Page 3 of 4 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Cast-in-Place or Precast Concrete Manholes —Conform to Sections 33 39 10 or 33 3920 2. Gate Valves—Conform to Section 33 12 20 3. Ductile Iron Pipe Conform to Section 33 11 10 4. Ductile Iron Fittings—Conform to Section 33 11 11 5. Hinged Frame and Cover—Conform to Section 33 05 13 6. Concrete Mix Design—Conform to Section 03 30 00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install blow-off assembly in accordance with respective manufacturer's recommendations. B. Pipe Penetrations 1. Conform to Section 03 80 00. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 331260-4 STANDARD BLOW-OFF ASSEMBLY Page 4 of 4 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised June 19,2013 PROJECT DATE:AUGUST 2022 33 39 20- 1 PRECAST CONCRETE MANHOLE Page 1 of 6 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-in-Place Concrete 4. Section 03 80 00—Modifications to Existing Concrete Structures 5. Section 33 01 30—Sewer and Manhole Testing 6. Section 33 05 13—Frame, Cover, and Grade Rings 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per vertical foot for"Extra Depth Manhole"specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel(if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole(See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole(See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type"A"Manhole(See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole(See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes,Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures,Pipes, and Laterals. d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective Coatings for Metal e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections—Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided,place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover—Conform to Section 33 05 13. 5. Grade Ring—Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner—Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM DI 187 Type I and ASTM D 1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 33 39 20-5 PRECAST CONCRETE MANHOLE Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims,wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60,if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1—Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D.Johnson 3.B.2—Modified to include ASTM C443,D1187 and D1227 as references 2.2.B.1-3—Modified in accordance with new ASTM references 2.2.B.10—Modified in accordance with new ASTM references CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS-MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.103292-2 Revised December 20,2012 PROJECT DATE:AUGUST 2022 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 GC-4.01 Availability of Lands CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III/IV/V TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 D222190517 07/29/2022 02:13 PM Page: 1 of 13 Fee: $67.00 Submitter: Niels Brown Electronically Recorded by Tarrant County Clerk in Official Public Records 10 � MARY LOUISE NICHOLSON COUNTY CLERK CPN 103292 Westside III, IV, V Water Transmission Main & EST Parcel #9WE W ROBINSON SURVEY, Abstract No. 1274; H LANE SURVEY, Abstract 928 and S A& M G RR SURVEY, Abstract 1479 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: O7I21 ULL T GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit"A", consisting of a 2 -page metes and bounds description, and Exhibit "B", consisting of a 5 -page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE' Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility (hereafter referred to as the "Facility") within the Easement Property. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to, manholes, manhole vents, lateral line connections, valves, transmission and reclaimed water pipelines, water meters, junction boxes in, upon, under and across a portion of Permanent Water Facility Easement Walsh Rev 20220203 the GRANTOR'S property as more fully described in Exhibit "A" and Exhibit "B" (the "Easement Property") attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Facility, but only through the Easement Property or on other routes across the GRANTOR'S property approved in writing by GRANTOR prior to commencement of construction of the Facility by GRANTEE. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of GRANTOR'S roads. Within 60 days after completion of construction of the Facility, GRANTEE shall cause its contractors to restore such roads to substantially the same condition in which they existed prior to construction of the Facility, at no cost to GRANTOR. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property and approved roads. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted, provided, however, that GRANTOR covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights-of-way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of Permanent Water Facility Easement-Walsh Rev 20220203 V LLL I iJ VN I I r-ca J VI I P GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Surface and Subsurface Crossings of Easement Property. GRANTOR may construct and maintain one or more concrete, asphalt, gravel or other improved driveway(s), road(s), parking area(s) or railway(s), as well as private storm drainage laterals and facilities, electrical lines, irrigation or other water lines, pipelines and other private or third-party utilities (collectively, the "Permitted Crossings") on the Easement Property; provided, however, (a) that each Permitting Crossing (other than parking areas) crosses the Facility at an angle between 45 degrees and 90 degrees, (b) that the Permitted Crossing does not interfere with the operation and maintenance of the Facility, (c)that GRANTOR has submitted plans for any Permitted Crossing within the Easement Property to GRANTEE for approval, which approval will not be unreasonably delayed, conditioned or withheld, (d) that any Permitted Crossing will be constructed with separations determined solely and reasonably by GRANTEE to be sufficient to protect the Facility,that no such separation shall be less than any statutory required minimum, and (e)that any measures determined solely by GRANTEE to be necessary to protect or relocate the Facility as a result of any Permitted Crossing shall be at the sole cost and expense of GRANTOR. v) Fences and Landscaping within Easement Property. GRANTOR may (a) build fences (unless construction of such fences requires a building permit, in which case Grantor must first obtain written consent for such fence from GRANTEE'S Water Department Director) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape(such as fountains,walls, or retaining walls)on the surface of the Easement Property without first obtaining the prior written consent for such hardscape from GRANTEE'S Water Department Director. Notwithstanding the foregoing, any fence constructed by GRANTOR across the Easement Property must not restrict GRANTEE's access to, along, or through the Easement Property and must, at a minimum, include 20' gates installed perpendicularly to the boundary of the Easement Property. vi) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to,the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have Permanent Water Facility Easement-Walsh Rev 20220203 V LLL ava i rays Y yr a been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE,the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. GRANTOR shall also have the right to modify grades over the Facility by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that GRANTOR provides GRANTEE with prior notice of such grade modification, and in those cases where GRANTOR has submitted plans to modify grades over the Facility by more than the amounts stated above, provide additional protection of the Facility on a case-by-case basis as determined by GRANTEE. vii) Relocation of Facility. GRANTOR,at its expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that the level of service provided by such Facility at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof, and subject to GRANTEE'S approval of plans for the relocated Facility(including plans for mitigation of risk during such relocation), not to be unreasonably delayed, conditioned or withheld. viii)Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. TO HAVE AND TO HOLD the above-described easement,together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns forever. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP.CODE ANN. §5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] Permanent Water Facility Easement-Walsh Rev 20220203 V GGG I JVJ 1/ rays J VI I J GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: Ryan ickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date cl�Ll l�f ew,; IVANCYDOSS Notary Public in n forthe State of Texas Notary Public,State of Texas Comm.Expires 04-02-200 Notary ID 67806S-S Permanent Water Facility Easement-Walsh Rev.20220203 rays WWI IN ACCEPTED BY: GRANTEE: City of Fort Worth " By (Signature): Steve o ke(Jul 29,202211:17 CDT) (Print Name) Steve Cooke (Title) Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of July 29, 2022 Digitally signed by Niels 0,p, 4 NELBBROWNNotary Pubhc Brown STATEF TEXAS Nolary1.0.131B0512.6 Date:2022.07.2912:31:43 My Comm.Exp.Nov.26,2022 05'00' Notary Public in and for the State of Texas Permanent Water Facility Easement-Walsh Rev 20220203 LEGAL DESCRIPTION 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT BEING a 8.8421 acre (385,164 square foot) tract of land situated in the William Robinson Survey, Abstract No. 1274, Henry Lane Survey, Abstract No. 928 & the S A & M G RR Cc Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas; said tract being part of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 3/4-inch iron rod found in the south right-of-way line of Interstate Highway No. 20; said point being the northwest corner of that tract land described as Tract 2 in Special Warranty Deed to Dry Ranch LLC recorded in Instrument No. D217210159 of the Official Public Records of Tarrant County, Texas; THENCE North 83e29'22" West, along the said south line of Interstate Highway No. 20, a distance of 50.31 feet to the POINT OF BEGINNING; THENCE South 000026" West, departing the said south line of Interstate Highway No. 20, a distance of 399.17 feet to a point for corner; THENCE South 85e46'31" East, a distance of 50.14 feet to a point for corner; said point being the northwest corner of that tract of land described in Special Warranty Deed to the City of Fort Worth recorded in Instrument No. D221015413 of said Official Public Records; THENCE South 0e00'26" West, along the west line of said City of Fort Worth tract, a distance of 273.38 feet to a point for corner; THENCE North 86009'39" West, departing the said west line of the City of Fort Worth Tract, a distance of 50.11 feet to a point for corner; THENCE South 000026" West, a distance of 4397.05 feet to a point for corner; THENCE South 1005313" West, a distance of 203.41 feet to a point for corner in the north right-of-way line of County Road No. 1024 (Aledo-Iona Road, an apparent 40-foot wide right-of-way, by use and occupation); said point being at the beginning of a non-tangent curve to the left having a central angle of 2e45'45", a radius of 1452.40 feet, a chord bearing and distance of North 77°48'05" West, 70.02 feet; from said point a 1/2-inch iron rod with "DUNAWAY" cap found in the said north lie of County Road No. 1024 bears easterly along said curve'an arc distance of 91.70 feet; EXHIBIT A 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 & S A & M G RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley* Horn80111 . 76511 Fort Worth,Texas 76102 FIRM#10194040 wvwkimley-hom.com Scale I Drawnby I Chec-eoer I Data Proioct No. }Shew tln NIA CRG MC8 Jun 27,2022 061018380 1 OF 7 RUSSELL,STAN C 6/27/2022 4:18 PM KXFTW SURVEYX0610183OD-WSIII 36-INCH WLIDWGIEASEMENTS1061 01 8 3 80-WSIII 36-INCH WL WATER ESMT WALSH SOP 20 DWG VLLL 1 JVJ 1 I rays v v1 1J THENCE in a northwesterly direction, along the said north line of County Road No. 1024 and with said curve to the left, an arc distance of 70.03 feet to a point for corner; THENCE North 10e53'13" East, departing the said north line of County Road No. 1024, a distance of 195.14 feet to a point for corner; THENCE North 0°00'26" East, a distance of 4887.35 feet to a point for corner; THENCE North 11'14'34" West, a distance of 97.82 feet to a point for corner; THENCE North 0°00'26" East, a distance of 90.14 feet to a point for corner in the said south line of Interstate Highway No. 20; THENCE South 83`29'22" East, along the said south line of Interstate Highway No. 20, a distance of 89.65 feet to the POINT OF BEGINNING and containing 8.8421 acres or 385,164 square feet of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes&bounds description. The undersigned, Registered Professional Land Surveyor, EXHIBIT A hereby certifies that the foregoing description accurately 70' WIDE PERMANENT WATER AND sets out the metes and bounds of the easement tract. RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 j� & SA & MGRRCO SURVEY, / OFT ABST. NO. 1479 MICHAEL C. BILLINGSLEY '� CITY OF FORT WORTH REGISTERED PROFESSIONAL .*:.......................*. TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, .. UNIT 11 SUITE 1300 .. 6558 P 1* Kimley* Horn FORT WORTH, TEXAS 76102 l9 9�FESS�� 'o ,y '••......... y eolcnemsiM0i,un�t,1..+,aoo TO-No.(a1;»asastl PH. 817-335-6511 g U R y 6 Fort Worth,Texas 76102 FIRM u 10194040 www klmley-hom.com Swle Drawn by I Checked ov Dale Proiect No ae o michael.billingsley@kimley-hom.com NIA CRG MCB Jun27.2022 D610183BO 20F7 RUSSELL,STAN C 6/27/2022 4:19 PM K:1FTW SURVEY1061018380-WSIII 36-INCH WLDWGIEASEMENTSW6101d2601h5111:!6-INCH WL_WATER ESMT WALSH SOF20.DWG ruUK; a vI ,a P.O.B. a Y INTERSTATE HIGHWAY N S83°2 89.66' ('+",ARWBLE WIDTH RIGHT-0tivA F- O' 2O 89.6 3/4"IRF Y) -L 11 NORT� ,�/ I` -� BDF NO°00'26"E� of P.O.C. D 90.14' %� rn 10D 20D CO j I TRACT 2 N11°14'34"1/`/ DRY RANCH LLC GRAPHIC SCALE IN FEET / co (INST.NO.D217210159) I 97.82' / N o I 0 50'BARNETT GATHERING,LP PIPELINE EASEMENT % 1/2"IRF (INST.NO.D212068811) 70'WIDE PERMANENT----._ L2ll _ WATER AND RECLAIMED C° — WATER LINE EASEMENT j� C0 8.8421 ACRES +/ `14 385,164 SQ. FT. WALSH RANCHES LIMITED m K CID CITY OF FORT WORTH PARTNERSHIP a~o o (INST.NO.D221 01 541 3) LEGEND (VOL 12624,PG,92) CD A=CENTRAL ANGLE w L3. P.O.C.=POINT OF COMMENCING CID P.O.B.=POINT OF BEGINNING N IRF=IRON ROD FOUND b _ NOTES z / — — — d z Bearing system based on the Texas Coordinate I y System of 1983(2011 adjustment), North Central / < Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. / h y Y The undersigned, Registered Professional Land 3 EXHIBITA Surveyor, hereby certifies that this plat of survey (3 MARKUM LAND PROPERTIES,LLC accurately sets out the metes and bounds of the I W (INST.NO.D217100297) easement tract. MATCH LINE(SEE SHEET4) EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 & SA & MGRR CO SURVEY, <P� GOr 'ry ls ABST. NO. 1479 ICHAEL C. BILLINGSLEY � 0 '' CITY OF FORT WORTH REGISTERED PROFESSIONAL ... .......................:�. TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, Kimley))) Horn 6558 .,•� UNIT 11 SUITE 1300 ` °,p .. FORT WORTH, TEXAS 76102 l �F 0�' 9 y •.. E 5 S1 ...y o 80,Chaffy S1rea,,Unit,,. 1300 Tel !,a.i8,7)335 a6„ PH. 817-335-6511 S U R �` Fart Worth,Texas 76102 FIRM Y 10194040 w .kimlay-hom.wrn S_'e D'a"'oy Cheeaea by Dale Prawn!:o Sheet No. michael.billingsley@kimley-horn.com ZCo ;;RG MCB Jun27.202z 061018380 30F7 RLISSELL.STAN C 52:1202- 19 P•d K%FTN 7URVEY1061 01 8 3 8 0-WSIII36-INCH VOID v+/GIEASEMENTSIO<i,CIB'80-WSIII--5-INCII'A'L WATER ESMT WALSH SCF 20 D%VG v���ravali rays �v v� ra MATCH LINE (SEE SHEET 3) IIIIIIII� r� MOP IIIIIIII� IIIIIIII� IIIIIIII� \ NORTH y m y a.l m T a i T 0 100 ''DO N 2 H GRAPHIC SCALE IN FEET �. y EXHIBIT A 70 WIDE PERMANENT WATER AND RECLAIMED g 3 MARKUM LAND PROPERTIES,LLC Lu WATER LINE EASEMENT all o (INST.NO.D217100297) tu 8.8421 ACRES / 3 385,164 SQ. FT. / SU BARNETT GATHERING,LP PIPELINE EASEMENT (INST.NO.D212088611) �IO O WALSH RANCHES LIMITED PARTNERSHIP M I (VOL 12624,PG.92) 00 N 00 o v o w o �I LEGEND 94 EXHIBIT C 0 A=CENTRAL ANGLE o / TRACT 1 MAR P.O.C.=POINT OF COMMENCING Z / LAND PROPERTIES,LLC (INST.NO.D217100297) P.O.B.=POINT OF BEGINNING I (IN IRF=IRON ROD FOUND EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. MATCH LINE(SEE SHEET 5) 1274, H LANE SURVEY, ABST. NO. 928 & SA & MGRRCO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle >>) Horn 801l1 . Y 7511 Fort Worlh,T.78102 FIRM A 10194040 www kim!ey-hom.mm Seale I Drawn 2h=C U by Dale �m�oc!'r10 Sheet Nn. 1'=200' CRG MCB Jun 27,2022 1 061018360 4 OF 7 RUSSELL,STAN G 31_71'02,4:19 PM K IFTSV SURVEY`C-i!018380-WSIII 36-INCH':.LIDVJGIEASEMENTS',C610 I8080-WSIII-E-INCH'NL 'NATER ESMT'.'VALSH SOF.O.DIAIG MATCH LINE (SEE SHEET4) 1II1I11IIII� 111111111� 111� � 11111111111. 111111111� � � EXHIBIT C / TRACT 1 ' MARKUM LAND PROPERTIES,LLC (INST NO.D217100297) WILLIAM ROBINSON SURVEY-ABST.NO.1274 / HENRY LANE SURVEY-ABST.NO.928 4NCR)TH / I 0 too 200 / GRAPHIC SCALE IN FEET 50'BARNETT GATHERING,LP PIPELINE EASEMENT / m (INST.NO.D212068611) / I cj Z / Z IN ! m Q Y J WALSH RANCHES LIMITED 0 DRY RANCH LLC o w (INST.NO.D217210159) PARTNERSHIP in I cc (VOL.12624,PG.92) � c) uj 00 W (p LEGEND co N N 0 O 0 A=CENTRAL ANGLE o 0 P.O.C.=POINT OF COMMENCING 0 U) P.O.B,=POINT OF BEGINNING z IRF=(RON ROD FOUND 70'WIDE PERMANENT i WATER AND RECLAIMED WATER LINE EASEMENT 8.8421 ACRES L EXHIBIT B 385,164 SQ. FT. 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. MATCH LINE(SEE SHEET6) 1274, H LANE SURVEY, ABST. NO. 928 & S A & M G RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley))) Horn 110,'ho"itrool.Vnd 11.e1300 Tnl?Jo(917)3356511 Fort Worth,Texas 78102 FIRM 0 10194040 www.kimleyhom com Scala I Drawn by I C'cc%ed 6y Dale Pro er,"o. cc`ro 1"=200' CRG MCB Jun 27,2022 001018380 1017 RUSSELL.STAN C 5J2T'202-'4 19 PM K.'FTIY_SURVEYIC61018380•'NSIII 36JNCH':JLID4VGIEASEh1ENTS%06;C18350-WSIII 36-INCH WL_WATER ESMT_WALSH SOF20 DWG vcca:s ava�1 rayc s c v1 �.� MATCH LINE (SEE SHEET 5) N LEGEND o A=CENTRAL ANGLE j y P.O.C.=POINT OF COMMENCING P.O.B.=POINT OF BEGINNING IRF=IRON ROD FOUND 50'BARNETT GATHERING.LP PIPELINE EASEMENT j (INST.NO.0212068611) / y Cn I w WALSH RANCHES LIMITED rl- / ¢ 0 ui PARTNERSHIP ono 03 Zq (VOL.12624,PG.92) DRY RANCH LLC w bo (INST.NO.D217210159) N (fl —� Xhi O z / o I 70'WIDE PERMANENT WATER AND RECLAIMED a o= WATER LINE EASEMENT z? z / 8.8421 ACRES 385,164 SQ. FT. za �� = Q NORTH N10053'13"E 195.14'—\ IIr o 100 200 R= 0' L=91.701.70' GRAPHIC SCALE IN FEET 1/2"IRF OUNAWAY' PACIFIC UNION P - _ c�,o.02, _F L_ " 'A2Do RAILROAD R_ �� 03 °pr 4114E RIGHT-0F_WAY)O 1452 40, a=2°45,45„ COUNTY ROAD NO. 1024 1 (ALEDO-IONA ROAD EXHIBIT B (ANAPPARENT40-FOOT WIDERIGHT-OF-WAY,BY USE& 70' WIDE PERMANENT WATER AND OCCUPATION) RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 & SA & MGRRCO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle )>) Horn 601 Cherry Street,Unit 11,0 130Y Tel No 1617)335-6SI1 Fort Worth,Texas 76102 FIRM a 10194040 w .kimley-hom.com tale Drawn by I Checked by I patePmiea Nn Sheet No. 1"=20U CRG MCB Jun 27 2022 061016380 6 OF 7 RUSSELL STANC,il27/::02 •119 Phi K`,F`.V -SURVEY•GG1018!80-v4SIll'6•INCH 36•INCH'M_,VATER ESMT_WALSH SOF 20.DWG rays 1a yr r,P LINE TABLE NO. BEARING LENGTH L1 N83`29'22'W 50.31' L2 S85'46'31"E 50.14' L3 N86°09'39W 50.11' L4 S10°53'13'W 203.41' EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 & S A & M G RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki mlev))) H o r n 801 Chary Street.Um111, t TO.No 18171 735-0511 Fort Worth,Texas 76102 FIRM#10194040 wwwAmley�honcam Scale Drawn by I Ch,001 bV Sheet No. N/A CRG MCB I J,n 27,2022 081018380 7 OF I RUSSELL,STANO 6/27/2022 4:19 PM K:1FTW SURVEY1061018380-WS11136-INCH IALIDWGI&1SEMENTSV:61018380-V7SIII'.6-INCH WL'HATER ESMi bVALSH SOF=O.DWG D222230503 09/20/2022 09:48 AM Page: 1 of 9 Fee: $51.00 Submitter: City of Fort Worth,TX Electronically Recorded by Tarrant County Clerk in Official Public Records ,, MARY LOUISE NICHOLSON COUNTY CLERK CPN 103414 Walnut Creek S.S. Interceptor Extension Parcel #16 TAE HENRY LANE SURVEY, Abstract No.928; SA& MG RR CO SURVEY,Abstract No. 1479 TARRANT COUNTY,TX STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY ACCESS EASEMENT DATE: `(' 1 2y2-2- GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH,TARRANT COUNTY,TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit"A", consisting of a one -page metes and bounds description, and Exhibit"B", consisting of a two -page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585)(the"Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in,over,and across,below and along the Easement Property situated in Tarrant County,Texas,as described and depicted in accordance with Exhibit"A"and Exhibit "B"(the"Easement Property")attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222230503 Page 2 of 9 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of accessing the Walnut Creek Sanitary Sewer Interceptor Extension Improvements(the"Facility"),with the usual rights of ingress and egress in the necessary use of such Temporary Access Easement, providing free and uninterrupted pedestrian and vehicular ingress to and egress from GRANTEE'S adjacent properties or easements. GRANTEE'S permitted uses of this Temporary Access Easement shall NOT include material, equipment, and vehicular storage, staging, stockpiling, and layout within the Easement Property and GRANTEE shall not block the Easement Property from passage by others. All rights granted within this Temporary Access Easement shall cease and automatically terminate on the earlier of(i)upon completion of the Facility and its acceptance by GRANTEE, or(ii)the date that is three(3)years after the date of this Easement GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads provided, however, that GRANTOR must notify GRANTEE of any such damage before the cessation of the rights set forth herein and/or termination of this Easement. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol,drugs,dogs,or hazardous substances(other than those necessary to further the rights herein granted),or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and dear of trash,litter and debris,and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights-of-way and prescriptive rights, reservations, surface agricultural and grazing leases, oil,gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property, and (2)any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000)per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000),showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. TEMPORARYACCESS EASEMENT-WALSH Rev.20220810 D222230503 Page 3 of 9 ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against(a)all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b)any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks,the replacement of topsoil to a minimum depth of six inches(6b), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards,or other surface improvements that may have been removed, relocated, altered,damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition,free of all trash, litter, garbage, refuse and debris. v) Relocation of Access Easement GRANTOR, at its expense, shall have the right to relocate the Easement Property provided that such relocated Easement Property provides GRANTEE with access to the Facility. - vi) Consistent with the Economic Development Agreement. The rights granted herein are granted specificallyto GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. vii) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form)of this Easement. TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222230503 Page 4 of 9 TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the rights granted hereunder. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. This document may be executed in multiple counterparts,each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] TEMPORARYACCESS EASEMENT-WALSH Rev.20220610 D222230603 Page 5 of 9 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: Ryan 9FIckerson,Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME,the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership,a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. nt GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of `"►'t�^�O A-0 A-:L tj�da�- N ublic in and for the State of Texas E BEXIE NOBLES ry Public,state of Texas m.Expires 06-07-2023 taryID13204280-4 TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222230603 Page 6 of 9 ACCEPTED BY: GRANTEE: Ci ort W rth By(Signature): (Print Name) Stove Cooke.prepuft 142.g wens n: _•or (Title) APPROVED AS TO FORM AND LEGALITY By(Signature): (Print Name) /ems; M4=q (Title) ASSsSr cvv A.strr ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of&DVowWy 19,2122. N ry Public in an for the State of Texas ��••� JASMINE LOMELI NolsuyT� dTeoaas Notary ID 01334499821-3 Conn' 'M ft ll!q�DEC.20.20 TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222230503 Page 7 of 9 EXHIBIT"B" TEMPORARYACCESS EASEMENT A PART OF THE H. LANE SURVEY,ABSTRACT NO. 928 AND THE S.A. & M.G. R.R. CO. SURVEY,ABSTRACTNO. 1479 f OF S LIKETtaN g S42'24'09"E 29.65' S00'01'18'W N00'01'18'E 88.91' WALSH RANCHES LP 95.37' DRY RANCH LLC TRACT 3 VOLUME 12624, PAGE 92 N4535'41'E S45'S5'41'W C.C.D. NO. D21 721 01 5 9 D.R.T.C.T. 179.71' D.R.T.C.T. 172.74' N00'00'26'E 25.00''26'W S��Vo$1`; $ 46.17' S45'52'35'E + ��°• 17281' N45'52'35'W lC,+g'y' 179.77' 00 N PARCEL 16 Z� '°9 0.688 ACRES w 3 29,997 SQUARE FEETSCA APPROMMATE LOCATION O p � FEET 8 OF SURVEY LINE 00 O t• • Z to - 8 S10'53'13'W 9 N10'53'13'E tyCo. 1� 197.89 I 200.24' POINT OF C'vv _ BEGINNING POINT OF COMMENCING FOUND 1/2' N77.49'14'w �°" R°° ALEDO ROAD $ -►.. 20.01' SEE (VARIABLE WIDTH RIGHT-OF-WAY) ""--,.LNSET � OF T Q.fSTF� UNION PACIFIC STEPHEN R. GLOSUP (150' WIDTH RIGHT—OF—WAY) r X" 55700 Z ,y �FSS1 .Py p 0 ��(. GGD.NO.=OJUNTYCLERkS DOCUMENT NUMBER DUNAWAYD.RT.G /W T.=DEEDRECORD6.TARR7000NIV,TEXAS v '461L4t*1 550 Bdey Averxie•Suite 400•Fort Worth.Texas 76107 12 Tel:817.335.1121 PAGE 1 OF 3 w DATE:MAY 18,2022 05/18/2022 TEXAS REGiS1ERED SURVEYING FIRM N0.10098100 DUNAWAY JOB NO.B007952.001 G 0 i D222230503 Page 8 of 9 EXHIBIT"B" TEMPORARYACCESS EASEMENT A PART OF THE H. LANE SURVEY,ABSTRACT NO. 928 AND THE S.A. &M.C. R.R. CO.SURVEY,ABSTRACTNO. 1479 � I PARCEL 16 { m 0.688 ACRES rn o 29,997 SQUARE FEET CIO. N G•� VV WALSH RANCHES LP DRY RANCH LLC VOLUME 12624. PAGE 92 TRACT 3 D.R.T.C_T. C.C.D. NO. D21 721 01 5 9 I D.R_T.C.T. 0 N77'49'14"W N77.4g•14 POINT OF 20.01' POINT OF �YY 16j COMMENCING BEGINNING 47' FOUND I1r 8 _ N ROM ALEDO UNION PACIFIC RR (1-50' IVDTH RIGHT OF WAY INSET "A' SCALE 1' = 40' d 0 F TF < P \STE- 07 es •� � STEPHEN R. GLOSUP 0 W. y Fss 1 .ry SCALE3 p S U R v�' 11E FEET 40' �� CCD.NO.=COUNTYCLERMS DOCUMENT NUMBER � O Y D.R.T.CT."DEED REODRDS.TARRANTODUNTY,TEXAS 05/182022 550 gam,Avenue-Suite 400•Fart Worth.Texas 76107 Tel:817.335.1121 PAGE 2 OF 3 DATE:MAY 18,2022 TIXAS ®SURVEYING FIRM N0.10098100 DUNAWAY 108 NO.8007952.001 O D222230503 Page 9 of 9 EXHIBIT'A" TEMPORARYACCESS EASEMENT A PART OF THE H. LANE SURVEY,ABSTRACT NO. 928 AND THE S.A. & M.G. R.R. CO. SURVEY,ABSTRACT NO. 1479 PROPERTY DESCRIPTION TEMPORARY ACCESS EASEMENT Parcel 16 BEING a tract of land situated in the H. Lane Survey, Abstract No. 928, the S.A. & M.G. R.R. Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land as described by deed to Walsh Ranches, LP, recorded in Volume 12624, Page 92. Deed Records, Tarrant County, Texas (D.R.T.C.T.), said tract of land _ being more particularly described by metes and bounds as follows: E COMMENCING at a 1/2" iron rod found in the north right—of—way line of Aledo Road (a variable width public right—of—way), the southeast comer of said Walsh Ranches tract and the southwest comer of a certain tract of land described as Tract 3 by deed to Dry Ranch LLC, recorded in County Clerk's Document No. D217210159, D.R.T.C.T.; North 7749'14" West, with the north right—of—way line of said Aledo Road, a distance of 161.47 feet to a point for a the POINT OF BEGINNING of herein described tract of land; 3 e THENCE North 77'49'14" West, continuing with the north right—of—way line of said Aledo Road, a distance of 20.01 feet V to a point; 5 3 THENCE North 10'53'13" East, departing the north right—of—way line of said Aledo Road, crossing into said Walsh Ranches tract, a distance of 197.89 feet to a point; 8 THENCE continuing across said Walsh Ranches tract, the following courses and distances: North OOW'47" East, a distance of 714.89 to a point; North 45'52'35" West, a distance 179.77 feet to a point; North 00'00'26" East, a distance of 46.17 feet to a point; North 45'55'41" East, a distance of 179.71 feet to a point; North 00*01'18" East, a distance 95.37' feet to a point; o South 4224'09" East, a distance of 29.65 feet to a point; South 00V1'18' West, a distance 88.91' feet to a point; 8 South 45'55'41' West, a distance of 172.74 feet to a point; South 00V0'26' West, a distance of 25.00 feet to a point; South 4552'35" East, a distance 172.81 feet to a point; g South OOVO'47' West, a distance of 732.23 feet to a point: South 10'53'13' West, a distance of 200.24 feet to the POINT OF BEGINNING and containing a calculated area of 29,997 square feet or 0.688 acre of land; NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone, based upon GPS measurements, according to the GPS Reference Network. i� A drawing of even date accompanies this metes and bounds description. a LL The metes and bounds description contained herein was compiled from information contained in recorded documents and does not reflect the results of an on the ground survey. R DUNAWAYJOB NO.8007295.001 PAGE 3 OF 3 8 N _ Stephe .Glosup r 0 F T EXHIBIT "A" " Registered Professional Land Surveyor ���..��•.� F Texas Registration No.5570 1;�'G S T£ 9 srg@dunaway.com ���`� . Fo:`P TEMPORARY ACCESS EASEMENT I May 18,2022 STEPHEN R. GLOSUP A PART OF THE H. LANE SURVEY, arjrj]Q P�� ABSTRACT NO.928 AND THE S.A.&M.G. '` D�NAWAy 4,�'Q°�eS..:\13 6y° R.R.SURVEY,ABSTRACT NO.1479 SURv N 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 Tel:8173M.1121 o TD(AS REGL5MRED SURVEYING RRM NO.10098100 Gry of Fort Worth,Tarrant County,Texas. O a ---------- . ..y... . ... w V.-- ....y ... . .... ........, .— Electronically Recorded by Tarrant County Clerk in Official Public Records 0 ZxabJ kj MARY LOUISE NICHOLSON COUNTY CLERK CPN 103414 Walnut Creek S.S. Interceptor Extension Parcel#17 TCE HENRY LANE SURVEY, Abstract No. 928 TARRANT COUNTY,TX STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: I t3- GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAULING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY,TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of one-page metes and bounds description, and Exhibit "B", consisting of a one-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in, over, and across, below and along the Easement Property situated in Tarrant County,Texas, as described and depicted in accordance with Exhibit"A"and Exhibit "B"(the"Easement Property")attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 VLLLLJV'TYV rayc L VI V It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of constructing the Walnut Creek Sanitary Sewer Interceptor Extension improvements(the"Facility"). All rights granted within this Temporary Construction Easement shall cease and automatically terminate on the earlier of(I)the date that is two (2) years after completion of the Facility and its acceptance by GRANTEE, or (11)the date that is three(3)years after the date of this Easement. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads. This grant does not include the right to cant'onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights-of-way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: 1) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000),showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 vcccc.i�rr� raa�c .i v � from and against(a) all claims or suits for property loss, property damage, and personal injury, including death,arising out of,or alleged to arise out of,the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES'property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards,or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition,free of all trash, litter, garbage, refuse and debris. v) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. vi) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form)of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the rights granted hereunder. But it is distinctly understood and.agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 V LLLLJV`f`fV ru90 -r v1 v This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: -Z �f� Ryan ckerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership,a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of No Public in and for the of T xas BEXIE NOBLES Notary Public.state of Texas Comm.Expires 06-07-2023 Notary ll)13204280-4 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 V LLLLYV'}'}V rays V v v ACCEPTED BY: GRANTEE: City of Fort Worth By(Signature): (Print Name) Steve Cooke,Property Management Director (Title) APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Pam N-low (Title) AS*xsv►c-Cv,ry Aygo ey ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of&rmm iw 4VIAA All ry Public in and for the State of Texas o�*gY ry JASMINE LOMELI g Now►Pul*o-Sts of Te= * Tmrwlt County Notary ID#1 f3t3�4199882�1-3 of CORUOIailOfl Imo.DW.20,2128 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 vcccc.+v-r-ry ruyc i ve w EXHIBIT"B" TEMPORAR Y CONSTRUCTION EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 N89.5 ' [',,—APROPXIMATE ORVEY LINECATION 60.0000 PARCEL 17 W 0.812 ACRES M M 35,388 SQUARE FEET Q r i N00'00'34'W 334.64' cn S42.24'09'E r 222.31' 0 3 � ANCH 2 WALSH RANCHES LP Jr. S00'00'24'W DRYTRACT 3 LLC VOLUME 12624, PAGE 92 •�6,�9, 88.97' C.C.D. N0. D21 7 21 01 5 9 3 D.R.T.C.T. D.R.T.C.T. 8 POINT OF BEGINNING E c SpBo 1812 o �40.9Z w G 0 300' p SALE FEET APPROXIMATE LOCATION OF SURVEY LINE O T 300• 8 Z c�-51 19 2 POINTOF COMMENCING $v i — — FOUND 1/2' Q►' — — IRON ROD 5' 111 a — — W - ALEDO ROAD f — — � (VARIABLE WIDTH RIGHT—OF—WAI) E 0 Fa: ------------ STEPHEN R. GLOSUP UNION PACIFIC RR l9 0 5570 ��v: (150' WIDTH RIGHT—OF—WAY) ti0 FfSS 1 fy0 SUR`� O C.C.D.NO.=COUNTY CLERICS DOCUMENT NUMBER CL P. MNAWAY p D.R.T.CT.=DEED RECORDS,TARRANT COUNTY,TEXAS Lf i —o VVYV20?2 550 Balley Avenue-Suite 400-Fort Worth,Texas 76107 Tel:817.335.1121 PAGE 1 OF 2 W DATE:JANUARY 11,2022 TEXAS REGISTER®SURVEYING FIRM N0.10098100 DUNAWAY JOB NO.B007952.001 K 0 d V LLLLJ V'f'fV razyc V VI V EXHIBIT"A" TEMPORARY CONSTRUCTION EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 PROPERTY DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT Parcel 17 BEING a tract of land situated in the H. Lane Survey, Abstract No. 928, City of Fort Worth, Tarrant County, Texas E and being a part of that certain tract of land as described by deed to Walsh Ranches, LP, recorded in Volume in 12624, Page 92, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said tract of land being more particularly described by metes and bounds as follows: c COMMENCING at a 1/2" iron rod found in the north right—of—way line of Aledo Road (a variable width public right—of—way), the southeast corner of said Walsh Ranches tract and the southwest corner of a certain tract of 3 land described as Tract 3 by deed to Dry Ranch LLC, recorded in County Clerk's Document No. D217210159. D.R.T.C.T.; North 00'00'24" East, departing the north right—of—way line of said Aledo Road, with the common east line 3 of said Walsh Ranches tract and the west line of said Dry Ranch tract, a distance of 1.097.05 feet to a point for the POINT OF BEGINNING of herein described tract of land; 8 THENCE North 42'24'09" West, departing said common line, crossing into said Walsh Ranches tract, a distance of 8 311.26 feet to a point; THENCE North 00'00'34" West, continuing across said Walsh Ranches tract, a distance of 334.64 feet to a point; THENCE North 89'59'26" East, continuing across said Walsh Ranches tract, a distance of 60.00 feet to a point; 12 THENCE South 00'00'34" East, continuing across said Walsh Ranches tract, a distance of 311.38 feet to a point; C THENCE South 42'24'09" East, continuing across said Walsh Ranches tract, a distance of 222.31 feet to a point o in the aforementioned common line; THENCE South 00'00'24" West, with said common line, a distance of 88.97 feet to the POINT OF BEGINNING and containing a calculated area of 35,388 square feet or 0.812 acre of land; 8 h > s 8 0 BNOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone, based upon GPS measurements, according to the GPS Reference Network. u 4 A drawing of even date accompanies this metes and bounds description. a LL The metes and bounds description contained herein was compiled from information contained in recorded documents and does not reflect the results of an on the ground survey. m DUNAWAY JOB NO.B007295.001 PAGE 2 OF 2 A. EXHIBIT"A" Step enRL Glosup IV Registered Professional Land Surveyor O F TF 9 Texas Registration No.5570 `� STrp•;�y TEMPORARY CONSTRUCTION o srg@dunaway.com Cl) Fo••J' EASEMENT 'RJanuary 11,2022 • • STEPHEN R. GLOSUP i '` A PART OF THE Q. �1� 9 Ao 55700��o H. LANE SURVEY, m DUNAWA�/ do..:,N;..•�y ABSTRACT NO.928 N 550 Bailey Avenue•Suite 40D•Fort Worth,Texas 76107 S U R v r Tel:817.335.1121 o TEXAS REGISTER®SURVEYING RRM NO.10D98100 City of Fort Worth,Tarrant County,Toms. W K O a rrr..v� ....w... vv.�...-... ...y... . ... v . ..... w ...vv ..... ..w.. v .� ... . .. .v.a y ... Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTYCLERK CPN 103414 Walnut Creek S.S. Interceptor Extension Parcel # 18 PSFE HENRY LANE SURVEY, Abstract No. 928 TARRANT COUNTY, TX STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY,TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH,TARRANT COUNTY,TEXAS 76102 CONSIDERATION: Ten Dollars($10.00)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit"A", consisting of one-page metes and bounds description, and Exhibit"B",consisting of a one-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003(City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility (hereafter referred to as the "Facility") within the Easement Property. The Facility includes all incidental underground and aboveground attachments,equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, reclaimed water transmission lines, and junction boxes in, upon, under and across a portion of the GRANTOR'S Permanent Sewer Facility Easement-Walsh Rev.20220810 raw= yr a property as more fully described in Exhibit"A'and Exhibit"B'(the"Easement Property")attached hereto and incorporated herein for all pertinent purposes, together with the right and prMlege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Facility, but only through the Easement Property or on other routes across the GRANTOR'S property approved in writing by GRANTOR prior to commencement of construction of the Facility by GRANTEE. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of GRANTOR'S roads. Within 60 days after completion of construction of the Facility, GRANTEE shall cause its contractors to restore such roads to substantially the same condition in which they existed prior to construction of the Facility, at no cost to GRANTOR. This grant does not include the right to cant'onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances(other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property and approved roads. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted, provided, however,that GRANTOR covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights-of-way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally,this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own Permanent Sewer Faollity Easement-Walsh Rev.20220810 expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"),from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Surface and Subsurface Crossings of Easement Property. GRANTOR may construct and maintain one or more concrete,asphalt,gravel or other improved driveway(s), road(s), parking area(s) or railway(s), as well as private storm drainage laterals and facilities, electrical lines, irrigation or other water lines, pipelines and other private or third-party utilities (collectively, the "Permitted Crossings") on the Easement Property, provided, however, (a) that each Permitting Crossing (other than parking areas) crosses the Facility at an angle between 45 degrees and 90 degrees, (b) that the Permitted Crossing does not interfere with the operation and maintenance of the Facility, (c)that GRANTOR has submitted plans for any Permitted Crossing within the Easement Property to GRANTEE for approval,which approval will not be unreasonably delayed, conditioned or withheld, (d) that any Permitted Crossing will be constructed with separations determined solely and reasonably by GRANTEE to be sufficient to protect the Facility,that no such separation shall be less than any statutory required minimum, and (e)that any measures determined solely by GRANTEE to be necessary to protect or relocate the Facility as a result of any Permitted Crossing shall be at the sole cost and expense of GRANTOR. v) Fences and Landscaping within Easement Property. GRANTOR may (a) build fences (unless construction of such fences requires a building permit, in which case Grantor must first obtain written consent for such fence from GRANTEE'S Water Department Director) within the Easement Property, and (b) landscape the surface of the Easement Property,but shall not have the right to plant trees or place hardscape(such as fountains,walls, or retaining walls)on the surface of the Easement Property without first obtaining the prior written consent for such hardscape from GRANTEE'S Water Department Director. Notwithstanding the foregoing, any fence constructed by GRANTOR across the Easement Property must not restrict GRANTEE' access to, along, or through the Easement Property and must, at a minimum, include 20' gates installed perpendicularly to the boundary of the Easement Property. vi) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation,GRANTEE shall cause its contactors to restore the surface, including and not limited to,the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural gasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S Permanent Sewer Fadity Easement-Walsh Rev.20220810 W&&A& V-rr v rays r v v use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE,the Easement Property shall be left:in a neat,clean and sanitary condition, free of all trash, litter,garbage, refuse and debris. GRANTOR shall also have the right to modify grades over the Facility by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that GRANTOR provides GRANTEE with prior notice of such grade modification, and in those cases where GRANTOR has submitted plans to modify grades over the Faciliity by more than the amounts stated above, provide additional protection of the Facility on a case-by-case basis as determined by GRANTEE. vii) Relocation of Facility. GRANTOR,at its expense,shall have the right to relocate any Facility installed pursuant to this Easement provided that the level of service provided by such Facility at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof, and subject to GRANTEE'S approval of plans for the relocated Facility(including plans for mitigation of risk during such relocation), not to be unreasonably delayed, conditioned or withheld. viii)Consistent with the Economic (Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. TO HAVE AND TO HOLD the above-described easement,together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns forever. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP.CODE ANN.§5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] Permanent Sewer Facilty Easement-Walsh Rev.20220810 VLLLLYVY/V raa�c J VI V GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By. Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: Ryarf Dickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME,the undersigned authority,a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson,Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. p GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of rr11-;ko,22+. Ak�� N ublic in and for the State of Texas eBEXIE NOBLES Notary Public"State of Texas Comm.Expires 06-07-2023 Notary 1013204280-4 Permanent Sewer Fadlity Easement-Walsh Rev.20220810 vi���.ivr v rag=v vI v ACCEPTED BY: GRANTEE: Ci Fort W rth Y( B Signature . IM -tom.,Y"::�ci� i�laua eli16Il (Print Name) (Title) &we ---p an..,- f��ur APPROVED AS TO FORM AND LEGALITY By(Signature): _ldp� (Print Name) fount f4� (Title) JD►*wom -C lryAw.�y ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,a Notary Public in and for the State of Texas,on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that helshe executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date ofS01)4y&Mluo No ry Public in and for the State of Texas �paY rLo JASMINE LOMELI Nob" of Tew ;J�"� Notary ID#13 1-3 of: Ems.DEC.20,2M5 Permanent Sewer Faality Easement-Walsh Rev.20220810 rays � yr v v&&&&vvrl v EXHIBIT"B" SEWER FACILITY EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 N89 9'260E k--. --APPROXIMATE LOCATION 30.00' of Y LINE O1DO'WE 299.74' Nooroo'34"w 3 38' PARCEL 18 11. 0.348 ACRES 15,159 SQUARE FEET S42'24'09"E 177.83' N42 24'09"W SOO'00'24'W e DRY RANCH LLC u WALSH RANCHES LP 222.31' `�•� TRACT 3 VOLUME 12624, PAGE 92 POINT OF C.C.D. NO. D21 721 01 59 D.R.T.C.T. BEGINNING D.R.T.C.T. 8 o r 0�'.jti + 9ti8 L y-a$�t10• N o aDo• b SCALE FEET APPROXIMATE LOCATION 0 1"- 300' OF SURVEY LINE C7 ,S( Z 0. POINT OF i g k �4 COMMENCING R iiiRON ROD S'N ALEDO ROAD 9 (VARIABLE WIDTH RIGHT—OF—WAY) 0 F STEPHEN R. GLOSUP UNION PACIFIC <;� 5570 �P-�4 (150' WIDTH RIGHT—OF—WAY) gy,%-,,£SSXo•.yo St1R`I CCD.NO.=COUNTY CLERM DOCUMENT NUMBER �W DU NAWA D.0.T.GT.=DEED RECORDS.TARRANT COUNTY.TEXAS b 00 w 550 Baiey Avenue•Suite 100•Fort Worth,Texas 76107 } Tel:817-W.1121 PAGE 1 OF 2 W DATE:JANUARY 11,2022 TtxAS REGISTERED SURVEYING FIRM ht0.10098100 DUNAWAY JOB NO.B007952.001 0 vicccavrr v rayc v yr v EXHIBIT"A" SEWER FACILITY EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 PROPERTY DESCRIPTION SEWER FACILITY EASEMENT Parcel 18 BEING a tract of land situated in the H. Lane Survey, Abstract No. 928, City of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land as described by deed to Walsh Ranches, LP, recorded in Volume 12624, Page 92, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 1/2" iron rod found in the north right—of—way line of Aledo Road (a variable width public right—of—way), the southeast comer of said Walsh Ranches tract and the southwest comer of a certain tract of land described as Tract 3 by deed to Dry Ranch LLC, recorded in County Clerk's Document No. D217210159, D.R.T.C.T.; V North 00'00'24" East, departing the north right—of--way line of said Aledo Road. with the common east line of said Walsh Ranches tract and the west line of said Dry-Ranch tract, a distance of 1,186.02 feet to a point for the POINT OF BEGINNING of herein described tract of land; 8 THENCE North 42'24'09' West. departing said common line, crossing into said Walsh Ranches tract, a distance of 222.31 feet to a point; THENCE North 00'00'34" West, continuing across said Walsh Ranches tract, a distance of 311.38 feet to a point; THENCE North 89'59'26' East, continuing across said Walsh Ranches tract, a distance of 30.00 feet to a point; THENCE South 00'00'34' East. continuing across said Walsh Ranches tract. a distance of 299.74 feet to a point; THENCE South 4224'09' East, continuing across said Walsh Ranches tract, a distance of 177.83 feet to a point in the aforementioned common line; THENCE South 00'00'24' West, with said common line, a distance of 44.48 feet to the POINT OF BEGINNING and containing a calculated area of 15,169 square feet or 0.348 acre of land; 8 sn R S NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone, based upon GPS measurements, according to the GPS Reference Network. A drawing of even date accompanies this metes and bounds description. tf The metes and bounds description contained herein was compiled from information contained in recorded documents and does not reflect the results of an on the ground survey. m DUNAWAY JOB NO.B00n95.001 PAGE 2 OF 2 N Stephen IL s sup OF T EXHIBIT"A" Registered Professional land Surveyor P e°°�S T£°°ecf' Texas Registration No.5570 A ,.0 � * s srg@dunaway.com SEWER FACILITY EASEMENT �s o January 11,2022 STEPHEN R. GLOSUP A PART OF THE �e Q 5570 P• H. LANE SURVEY, y fyo�� v�yo ABSTRACT NO.928 SUR y 550 Baiey Avewe•Suite 400•Fort Worth,Texas 76107 Tel:817- 1121 o TEXAS REGISTERED SURVEYING f IPM NO.10098100 City of Fort Worth,Tarrant County,Texas. O J fi Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK CPN 103414 Walnut Creek S.S. Interceptor Extension Parcel# 19 TCE SA K MG RR CO SURVEY, Abstract No. 1479 TARRANT COUNTY, TX STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WOR TH TEMPORARY CONSTRUCTION EASEMENT DATE: J'2022 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY,TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH,TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit"A", consisting of a one-page metes and bounds description, and Exhibit"B", consisting of a one-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in, over,and across,below and along the Easement Property situated in Tarrant County,Texas, as described and depicted in accordance with Exhibit"A"and Exhibit "B"(the"Easement Property")attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 VLLLLJV`fJJ vugv L VI V It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of constructing the Walnut Creek Sanitary Sewer Interceptor Extension improvements (the"Facility'). All rights granted within this Temporary Construction Easement shall cease and automatically terminate on the earlier of(i)the date that is two (2) years after completion of the Facility and its acceptance by GRANTEE, or(ii)the date that is three(3)years after the date of this Easement. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights-of-way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2)any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally,this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000),showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), TEMPORARY CONSTRUCTION EASEMENT--WALSH Rev.20220810 ✓LLLL4W.944 rayc J VI V from and against(a) all claims or suits for property loss, property damage, and personal injury, including death,arising out of,or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES'property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the.Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition,free of all trash, litter, garbage, refuse and debris. v) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. vi) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form)of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the rights granted hereunder. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 VLLLLJV'fJJ rays Y v v This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 ./LLLLJV`}JJ ruyc J VI V GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: Ryarvtickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that helshe executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. n, GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of `�'!3 'zd22. AWLIL No Public in and for the State of Texas YOG BEXIE NOBLES * * Notary PuWie,State of Texas s Comm.Expires 06-07-2023 of Notary ID 13204280-4 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 vaaaavv-evv ruyc v v + ACCEPTED BY: GRANTEE: City of rth By(Signature (Print Name) Steve 601w,Property ManagementDbector (Title) APPROVED AS TO FORM AND LEGALITY By(Signature): (Print Name) FN-% Mrcaaw (Title) Assse *w fpv Anxw ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of Nota Public in and for the State of Texas oar. JASMINE LOMELI Notsry PAk,04ab of Texas * Tarrant County •� Notary ID#13349821-3 3'os Commlasbn EV.DEC.20,2025 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220810 rayc � v� u JL LLLJV`*JJ EXHIBIT"B" TEMPORARY CONSTRUCTION EASEMENT A PART OF S.A. & M.G. R.R. CO. SURVEY, ABSTRACT NO. 1479 gtL�O. 9 '00�0.1�1 5' S CS EAST � 189.36' I 0 1o0' WALSH RANCHES LP VOLUME 12624, PAGE 92 ' SCALE FEET D.R.T.C.T. .� r. I 1•- 100' ry. PARCEL 19 g N 0.930 ACRES Li N 2 40.554 SQUARE FEET DRY RANCH LLCTRACT 3 C.C.D. NO. D217210159 # I D.R.T.C.T. 243.76' N89.59'36'W 155.49' W N�I N O N ALED o �""" _NAr C ROAD Z POINT OF -�` p - E; Y COMMENCING FOUND 1/2• IRON ROD V IVI01V PACIFIC ACIFIC tlso• wWvTH Rl%a_0F_WAY) OFT P \S T f Ufa, STEPHEN R. GLOSUP ,A' , 5570oa��:o �f O S U R v C.C.D.NO.-COUNTY CLERICS DOCUMENT NUMBER DU N AWAY O.R.T.CT.-DEED RECORDS,TARRANT COUNTY,TEXAS 550 Baiey Avenue•Suite 400-Fart Worth,Text 76107 r 05/18/2022 Tel:617 335.1 t2t PAGE 1 OF 2 DATE:MAY 18,2022 TEXAS REGISTERED SURVEYING FIRM N0.10098100 DUNAWAY JOB NO.B007952.001 V LGGGJV`fJJ rQyG V VI V EXHIBIT'A" TEMPOR4 R Y CONSTRUCTION EASEMENT A PART OF S.A. & M.G. R.R. CO. SURVEY, ABSTRACT NO. 1479 PROPERTY DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT a m Parcel 19 CL BEING a tract of land situated in the S.A. & M.G. R.R. Co. Survey, Abstract No. 1479, City of Fort Worth, Tarrant >= County, Texas and being a part of that certain tract of land as described by deed to Walsh Ranches, LP, u recorded in Volume 12624, Page 92, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said tract of land being more particularly described by metes and bounds as follows: c COMMENCING at a 1/2" iron rod found in the north right—of—way line of Aledo Road (a variable width public t right—of—way), the southeast comer of said Walsh Ranches tract and the southwest corner of a certain tract of land described as Tract 3 by deed to Dry Ranch.LLC, recorded in County Clerk's Document No. D217210159, m D.R.T.C.T.; North 00'00'24" East, departing the north right—of—way line of said Aledo Road, with the common east line of 3 said Walsh Ranches tract and the west line of said Dry Ranch tract, a distance of 152.21 feet to a point; North 8959'36" West, departing the common east line of said Walsh Ranches tract and the west line of said 8 Dry Ranch tract and crossing into said Walsh Ranches tract, a distance of 155.49 feet to a point for the POINT OF BEGINNING of herein described tract of land; THENCE continuing across said Walsh Ranches tract, the following courses and distances: E North 80'33'03" West, a distance of 243.76 feet to a point; 8 North 2232'28" East, a distance of 173.81 feet to a point; EAST, a distance of 189.36 feet to a point; South 00'04'47" West, a distance of 120.17 feet to a point; Z South 10'53'13" West, a distance of 81.86 feet to the POINT OF BEGINNING and containing a calculated area of 40,554 square feet or 0.930 acre of land; 8 8 s NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone, 2 based upon GPS measurements, according to the GPS•Reference Network. d 3e A drawing of even date accompanies this metes and bounds description. a The metes and bounds description contained herein was compiled from information contained in recorded documents and does not reflect the results of an on the ground survey. 8 DUNAWAY JOB NO.B007295.001 PAGE 2 OF 2 N EXHIBIT "A" Stephen4k.Glosup 0 F Registered e sRegistrrationlNo.55 o surveyor `. s -y'� TEMPORARY CONSTRUCTION srg@dunaway.corn EASEMENT 3 May 18,2022 STEPHEN R. GLOSUP CL r•• A PART OF THE 1► DUNAWAY 9�° ss55 o°�•' S.A. & M.G. R.R.CO.SURVEY, ti •'S••� F,y ABSTRACT NO. 1479 y 550 Bailey Avenue•Suite 400•Fort Worth,Texas 76107 Tel:817-W.1121 o TEXAS REGISTERED SURVEYING RRM NO.10098100 City of Fort worth,Tarrant County,Toes. W a CPN 103292 Westside III, IV, V Water Transmission Main &EST W ROBINSON SURVEY ABST. NO. 1274&H LANE SURVEY, ABST. NO. 928 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF PARKER § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH,TARRANT COUNTY,TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described as TRACT 1, TRACT 2, AND TRACT 3 in the attached and incorporated Exhibit"A", consisting of a 6-page metes and bounds description and plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003(City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility (hereafter referred to as the "Facility") within the Easement Property. The Facility includes all incidental underground and aboveground attachments,equipment and appurtenances, including, but not limited to, manholes, manhole vents, lateral line connections, valves, transmission and reclaimed water pipelines, water meters,junction boxes in, upon, under and across a portion of the GRANTOR'S property as more fully described in Exhibit "A" (the "Easement Property") attached hereto and incorporated herein for all pertinent purposes, together with the right and Permanent Water Facility Easement-Walsh Rev.20220203 privilege at any and all times to enter the Easement Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Facility, but only through the Easement Property or on other routes across the GRANTOR'S property approved in writing by GRANTOR prior to commencement of construction of the Facility by GRANTEE. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of GRANTOR'S roads. Within 60 days after completion of construction of the Facility, GRANTEE shall cause its contractors to restore such roads to substantially the same condition in which they existed prior to construction of the Facility, at no cost to GRANTOR. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property and approved roads. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted, provided, however,that GRANTOR covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights-of-way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, Permanent Water Facility Easement-Walsh Rev.20220203 employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Surface and Subsurface Crossings of Easement Property. GRANTOR may construct and maintain one or more concrete,asphalt,gravel or other improved driveway(s), road(s), parking area(s) or railway(s), as well as private storm drainage laterals and facilities, electrical lines, irrigation or other water lines, pipelines and other private or third-party utilities (collectively, the "Permitted Crossings") on the Easement Property; provided, however, (a) that each Permitting Crossing (other than parking areas) crosses the Facility at an angle between 45 degrees and 90 degrees, (b) that the Permitted Crossing does not interfere with the operation and maintenance of the Facility, (c)that GRANTOR has submitted plans for any Permitted Crossing within the Easement Property to GRANTEE for approval, which approval will not be unreasonably delayed, conditioned or withheld, (d) that any Permitted Crossing will be constructed with separations determined solely and reasonably by GRANTEE to be sufficient to protect the Facility,that no such separation shall be less than any statutory required minimum, and (e)that any measures determined solely by GRANTEE to be necessary to protect or relocate the Facility as a result of any Permitted Crossing shall be at the sole cost and expense of GRANTOR. v) Fences and Landscaping within Easement Property. GRANTOR may (a) build fences (unless construction of such fences requires a building permit, in which case Grantor must first obtain written consent for such fence from GRANTEE'S Water Department Director) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape(such as fountains,walls,or retaining walls)on the surface of the Easement Property without first obtaining the prior written consent for such hardscape from GRANTEE'S Water Department Director. Notwithstanding the foregoing, any fence constructed by GRANTOR across the Easement Property must not restrict GRANTEE's access to, along, or through the Easement Property and must, at a minimum, include 20' gates installed perpendicularly to the boundary of the Easement Property. vi) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation,GRANTEE shall cause its contractors to restore the surface, including and not limited to,the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S Permanent Water Facility Easement-Walsh Rev,20220203 use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE,the Easement Property shall be left in a neat,clean and sanitary condition, free of all trash, litter,garbage, refuse and debris. GRANTOR shall also have the right to modify grades over the Facility by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that GRANTOR provides GRANTEE with prior notice of such grade modification, and in those cases where GRANTOR has submitted plans to modify grades over the Facility by more than the amounts stated above, provide additional protection of the Facility on a case-by-case basis as determined by GRANTEE. vii) Relocation of Facility. GRANTOR,at its expense,shall have the right to relocate any Facility installed pursuant to this Easement provided that the level of service provided by such Facility at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof, and subject to GRANTEE'S approval of plans for the relocated Facility(including plans for mitigation of risk during such relocation), not to be unreasonably delayed, conditioned or withheld. viii)Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. TO HAVE AND TO HOLD the above-described easement,together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns forever. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise,including but not limited to the covenants set forth in TEX. PROP.CODE ANN. §5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] Permanent Water Fadllty Easement-Walsh Rev.20220203 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner Y Rya ickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson,Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. fi)GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of o 2c 2 BEXIE NOBLES M Notary Public,State of Texas Notary P lic iA and for the State of Texas mr Comm.Expires 06-07-2023 Notary ID13204280-4 Permanent Water Facility Easement-Walsh Rev.20220203 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): (Print Name) (Title) APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) (Title) ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of Notary Public in and for the State of Texas Permanent Water Facility Easement-Walsh Rev.20220203 LEGAL DESCRIPTION 25'WIDE PERMANENT WATER LINE EASEMENT BEING a 0.0763 acre (3,325 square foot) tract of land (TRACT 1), a 0.1090 acre (4,750 square foot) tract of land (TRACT 2) and a 0.0763 acre (3,325 square foot) tract of land (TRACT 3) situated in the W Robinson Survey, Abstract No. 1274 and the H Lane Survey, Abstract No. 928, City of Fort Worth, Tarrant County, Texas; said tracts being part of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tracts being more particularly described as follows: TRACT 1 COMMENCING at a 3/4-inch iron rod found in the south right-of-way line of Interstate Highway No. 20 (a variable width right-of-way); said point being the northwest corner of that tract land described as Tract 2 in Special Warranty Deed to Dry Ranch LLC recorded in Instrument No. D21 721 01 59 of the Official Public Records of Tarrant County, Texas; THENCE North 83029'22°West, along the said south line of Interstate Highway No. 20, a distance of 139.97 feet to a point; said point being the northwest corner of a Permanent Water Facility Easement recorded in Instrument No. D222190517 of said Official Public Records; THENCE South 00*00'26'West departing the said south line of Interstate Highway No.20 and along the west line of said Permanent Water Facility Easement,a distance of 90.14 feet to a point; THENCE South 11°14'34' East, continuing along the said west line of the Permanent Water Facility Easement, a distance of 97.82 feet to a point; THENCE South 00*00'26" West, continuing along the said west line of the Permanent Water Facility Easement, a distance of 609.93 feet to the POINT OF BEGINNING; THENCE South 00*00'26" West, continuing along the said west line of the Permanent Water Facility Easement, a distance of 25.00 feet to a point for comer, THENCE North 89a59'44" West, departing the said west line of the Permanent Water Facility Easement, a distance of 133.00 feet to a point for comer: THENCE North 00a0023" East, a distance of 25.00 feet to a point for comer, THENCE South 89*59'44" East, a distance of 133.00 feet to the POINT OF BEGINNING and containing 3,325 square feet or 0.0763 acres of land, more or less. EXHIBIT "A" 25' WIDE PERMANENT WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274 & H LANE SURVEY, ABST. NO. 928 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki m I efto >>) H o r n 801 Cherry SftCt Wd 11,#1= TN.No 11117)33"511 Fart WaAh,Tom 76102 FIRM 9 10194040 v -kknley-hem.com Scale I Dravm by I Checked 6v I Date I Project No. hee o. WA CRG MCB Sep20.2022 1 081018380 IOF8 BILLINGSLEY.MICHAEL 9122@022 7.09 AM 11KIMLEY-HORNITX FTMFTW_SURVEY'C61018360-WSIII 36-INCH VA.ID�VGIEASEP.IENTS',061018380-WSIII 361NCH WL_WATER ESMT NO TRACT 2 COMMENCING at the southeast corner of the above-described TRACT 1; THENCE South 00e00'26" West, along the said west line of the Permanent Water Facility Easement, a distance of 953.09 feet to the POINT OF BEGINNING; THENCE South 00e00'26" West, continuing along the said west line of the Permanent Water Facility Easement, a distance of 25.00 feet to a point for corner; THENCE North 89e59'57"West, departing the said west line of the Permanent Water Facility Easement, a distance of 190.00 feet to a point for comer, THENCE North 00e00'26" East, a distance of 25.00 feet to a point for comer; THENCE South 89e59'57" East, a distance of 190.00 feet to the POINT OF BEGINNING and containing 4,750 square feet or 0.1090 acres of land, more or less. EXHIBIT "A" 25' WIDE PERMANENT WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274 & H LANE SURVEY, ABST. NO. 928 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kim1gy))) Horn 80t GuOy Sheet,Urea I I. Tel.N0.t8t7)335b5t 1 Fed Worth,Tens 76102 FIRMS 10194040 www.klmley-hom oom Stele I Onwn by I Checked by Date Pro ea No. Sheet No. NIA CRG MCB Sap 20,2022 081018380 2 OF 8 SILUNGSLEY,MICHAEL 91=022 7:09 AM 11KIMLEY-HORN%TX_FT AFTW SURVEYIOSI018380-WSIII 3&INCH WLIDWGIEASEMENTST610I&MO-WS11136-INCH WL WATER ESMT NO TRACT 3 COMMENCING at the southeast comer of the above-described TRACT 2; THENCE South 00'00'26" West, along the said west line of the Permanent Water Facility Easement, a distance of 2396.91 feet to the POINT OF BEGINNING; THENCE South 00'00'26" West, continuing along the said west line of the Permanent Water Facility Easement, a distance of 25.00 feet to a point for comer, THENCE North 89'59'44" West, departing the said west line of the Permanent Water Facility Easement, a distance of 133.00 feet to a point for comer. THENCE North 00'00'26" East, a distance of 25.00 feet to a point for comer, THENCE South 89059'44" East, a distance of 133.00 feet to a the POINT OF BEGINNING and containing 3,325 square feet or 0.0763 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment),North Central Zone(4202). The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately EXHIBIT 'IN' out the metes and bounds of the easement tracts. 25' WIDE PERMANENT WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274 & H LANE SURVEY, z � Y�ZL P�� �F T ABST. NO. 928 MICHAEL C. BILLINGSLEY �' CITY OF FORT WORTH REGISTERED PROFESSIONAL TARRANT COUNTY, TEXAS ...:.......................... LAND SURVEYOR NO.6558 MICHAEL CLEO BILUNGSLEY 801 CHERRY STREET, � -- --- �---�-��--- • - Kimley))) HornUNIT 11 SUITE 1300 •.'°%� 6558 � : 335-6511 FORT WORTH,TEXAS 76102 �'� �FESS ' �•• .••'• y Fat Ww&k Tsiw=761025�20IRM a 10194040 www.MTd"-ormwm PH. 817-335-6511 S U R V Scale Dr~6y I Ch a*d eY I Date Prom No. I Shw No michaei.billingsley@kimley-horn.cam N/A CRG MCS sep2O,2022 061018= 30F6 BILLINGSLEY.MICHAEL 917J2022 7 09 AM 11KIAALEY•HORNITX—FTWIFTW_SURVEY10610183W-WSIII 36-INCH VAllO VG1EASEh1ENTSt061016a80•W'SilI3 4NCH WL_NATER ESAITNO Z N INTERSTATE HIGHWAY -- — — �_ NO L1y a ya^IRF (A VARIABLE WIDTH RIGFIT O -WA,() . 2O BDF P.O.C. - -_ 0 100 200 w, I h (TRACT 1) GRAPHIC SCALE IN FEET 1 I I TRACT 2 I I DRY RANCH LLC (INST.NO.D217210159) I W BARNETT GATHERING,LP PIPELINE EASEMENT I I 1?IRF (INST.NO.D212068611) Ur IRF LEGEND oI A=CENTRAL ANGLE 3 m P.O.C.=POINT OF COMMENCING I = P.O.B.=POINT OF BEGINNING o1 I m IRF=IRON ROD FOUND o �I W ? CITY OF FORT WORTH „', (INST.NO.0221015413) P.O.B. I (TRACT 1) f w • o WALSH RANCHES LIMITED I I w PARTNERSHIP L7 I I o (VOL 12624,PG.92) L5 TRACT 1 �,I 0.0763 ACRES M Ito I P.O.C. 3,325 SQ. FT. ( I I (TRACT 2) �I I C3 I I EXHIBIT A co)I I MARKUM LAND PROPERTIES,LLC PERMANENT WATER FACILITY (INST.NO.D217100297) EASEMENT (INST.NO.0=W5151 I I MATCH LINE(SEE SHEET 5) EXHIBIT"A" 25' WIDE PERMANENT WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274 & H LANE SURVEY, ABST. NO. 928 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlgy))) Horn eo1 Chmy 5treel unit 11, Tel.No-(817)335.6511 Fad%Wrth,Turns 78102 FIRM 0 10194040 wwwAimley-hom.aom Sale or b Checked M Dates—*d No. Sheel 1'=200' CRG MCB Sap 20,2022 061019360 4 OF 8 BILLINGSLEY,MICHAEL9122120227:09AMWCIMLEY•HORNkrx FTmFTW SURVEY10610103B0-WSI1136-MCFiWUDVVGWASEMENTS106 1 0183 80-WS111364NCH4VL WATERESMTNO MATCH LINE(SEE SHEET 4) I I I I I m NORTH 4m e, o 0 100 200 QI z h GRAPHIC SCALE IN FEET toI ( v0. Y EXHIBITA 0 3 MARKUM LAND PROPERTIES,LLC lu P.O.B. i IjI (INST.NO.D217100297) (TRACT 2) L11co I TRACT 2 J L9 0.1090 ACRES I I I P. 4,750 SQ.FT. I I I (TRACT 3) I I I I I I I WALSH RANCHES LIMITED I PARTNERSHIP (VOL 12624,PG.92) wI I m C3 EXHIBIT'C I I TRACT 1 MARKUM LAND PROPERTIES,LLC I I I (INST.NO.D217100297) PERMANENT WATER FACILITY EASEMENT-� I (INST.NO.D222190517) I I I ` W BARNETT GATHERING,LP PIPELINE EASEMENT (INST'.NO-02120G1811) I EXHIBIT "A" �) 25- WIDE PERMANENT WATER LINE EASEMENT MATCH LINE (SEE SHEET6) W ROBINSON SURVEY, ABST. NO. 1274 & H LANE SURVEY, ABST. NO. 928 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LEGEND Kimlev))) Horn A=CENTRAL ANGLE P.O.C.=POINT OF COMMENCING 601 Chaffy Sis"t,UnIt11.8 Iwo TeL Na(18017)33 11 Fart Worth,Tomas 76102 R RM 0 10194040 www.NrnMyfiom can P.O.B.=POINT OF BEGINNING Scala prawn by Checked by Date I Pmed No Sheet Na IRF=IRON ROD FOUND I.-tar CRG I MO Sep 20,202z 1 0910187e0 SOFS BILLINGSLEY,MICHAEL9/22120227:10AMlkKIMLEY-HORNITX rrAwTW SURVEVl06107B3Bo-4YSIII36-INCH WA'CWG%EASEMENTSt061018380-WSIIi36-INCHWL WATERESMTNO MATCH LINE(SEE SHEET 5) � � I WMLLIAM ROBINSON SURVEY-ABST.NO.1274 HENRY LANE SURVEY-ABST.NO 928 I I NORTH I rn I 0 100 200 cn N GRAPHIC SCALE IN FEET CD 10 a I I DRY RANCH LLC y I I I( (INST.NO.D217210159) I I N Se BARNETT GATHERING,LP PIPELINE EASEMENT I I m (INST.NO.D212088811)-T o LINE TABLE m NO. BEARING LENGTH e W L1 N83'2Y22W 139.9T I I ( % L2 S00'W26"W 90.14' I3 L3 S11'14'34"E 97.82' WALSH RANCHES LIMITED ( I w I L4 S00'00126W 25.W PARTNERSHIP I I oc (VOL 12624,PG.92) ( i (IulL5 N89'59'44"W 133.W L6 N00'00'26"E 25.00' PERMANENT WATER FACILITY L7 S89'59'44"E 133.00' LEGEND EASEMENT (INST.NO.D222190517) LS S00'00'26W 25.00' A=CENTRAL ANGLE P.O.C.=POINT OF COMMENCING L9 N89'51757"W 190.00' P.O.B.=POINT OF BEGINNING IRF=IRON ROD FOUND i I I 1-10 N00'00'26'E 25.00' I L11 S89'59'57'E 190.00' P.O.B. L12 S00'00'26"W 25.00' (TRAC43) L13 N89'59'44"W 133.00' TRACT3 I L14 N00'00'26'E0.0763 ACRES 3,325 SQ.FT. N L15 S89'59'44'EJ I EXHIBIT"A" 25' WIDE PERMANENT WATER LINE EASEMENT IN ROBINSON SURVEY, ABST. NO. 1274 & H LANE SURVEY, Kimigy))) Horn ABST. NO. 928CITY OF FORT WORTH SolTomSvml,781tinoi .Idlsy-w6911 Fart VNaM,Testae 78702 FIRM B 1019/040 www.NmleyJtom can TARRANT COUNTY TEXAS Sp'° air" � �_� Pruiect heat 6 t 1"=200' CRG MCB Sep 20,2022 081018360 6 OF 6 BILLINGSLEY,MICHAEL 9=022 7:10 AM VIKIMLEY-HORNIT%FTWIFTN_SURVEY',061016390•bVS11136-INCH WLI3WG1 iSEMENTSl0610183P0-WS11136-INCH WL WATER ESMT NO GC-4.02 Subsurface and Physical Conditions CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July I,2011 PROJECT DATE:AUGUST 2022 GEOTECHNICAL ENGINEERING STUDY WESTSIDE IV ELEVATED STORAGE TANK AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. January 2022 PROJECT NO. 103-21-407-1 January 21, 2022 Report No. 103-21-407-1 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Jenifer Tatum, P.E. GEOTECHNICAL ENGINEERING STUDY WESTSIDE IV ELEVATED STORAGE TANK AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS Dear Ms. Tatum: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were conducted in general accordance with CMJ Proposal 21-8128 (Revised) dated July 20, 2021. Authorization to proceed was provided via Kimley-Horn Individual Project Order (IPO) Number 061018398 dated July 22, 2021 and the subsequent Amendment Number 01 to the referenced IPO dated October 21, 2021. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to the Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION F-9177 ,fafy OF `I * ' :.* j..........:..................../ MATMEW W. KAMMEROIENER% �r , .: 127818••..•••le� � rlf�0• ICE NSE�.",*6Aa MattheW Kammerdiener, P.E. 1��s``0"`EV2 Lit' ProjectEngineer Texas No. 127818 copies submitted: (2) Ms. Jenifer Tatum, P.E.; Kimley-Horn and Associates, Inc. (email & mail) CMJ Engineering 7636 Pebble Drive p: 817.284.9400 Fort Worth,TX 76118 f: 817.589.9993 www.cmiengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 4 4.0 TANK FOUNDATION RECOMMENDATIONS------------------------------------------------------------------ 6 5.0 SITE DRAINAGE------------------------------------------------------------------------------------------------------- 8 6.0 TRENCH /BORE EXCAVATIONS--------------------------------------------------------------------------------- 9 7.0 SEISMIC CONSIDERATIONS-------------------------------------------------------------------------------------12 8.0 EARTHWORK----------------------------------------------------------------------------------------------------------12 9.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------16 10.0 REPORT CLOSURE -------------------------------------------------------------------------------------------------17 APPENDIX A Plate Planof Borings----------------------------------------------------------------------------------------------------AAA—A.1 B Unified Soil Classification System---------------------------------------------------------------------------------------A.2 Key to Classification and Symbols--------------------------------------------------------------------------------------A.3 Logsof Borings -----------------------------------------------------------------------------------------------------A.4—A.17 Triaxial Shear Test Reports------------------------------------------------------------------------------------A.18—A.23 1.0 INTRODUCTION 1.1 Project Description This report presents the final geotechnical investigation for the proposed elevated storage tank previously documented in the preliminary investigation, CMJ Report 103-21-407 dated September 9, 2021. The project site is located approximately 1'/z miles south of Aledo Iona Road and 1'/3 miles east of FM 1187 near latitude 32.65930, longitude -97.5482' (WGS 84) in Fort Worth, Tarrant County, Texas. An associated water transmission line with an approximate length of 18,000 linear feet is also planned to include crossing of the UP railroad by trenchless techniques. The location approximate of the borings are illustrated on Plates A.1A and A.1B, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop comments on general excavation and directional boring and recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structures could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 10. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in Report No. 103-21-407-1 CMJ ENGINEERING,INC. 1 which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by fourteen (14) vertical soil borings. Borings B-3, B-4, and B-5 are associated with the proposed elevated storage tank and were drilled to depths of 30 to 60 feet. Borings B-12 and B-13 were drilled to a depth of 40 feet in the area of the proposed railroad crossing for the water line. The remaining borings were drilled to a depth of 25 feet along the proposed water line alignment. Borings B-1 and B-2 are documented in CMJ Report 103-21-407. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates AAA and A.1B. The boring logs are included on Plates AA through A.17 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 2 Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the log of boring. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. In select borings, continuous coring was performed at selected intervals in rock and rock-like materials using an NW (formerly NX) size, double-tube core barrel. This core barrel produces a nominal 2-inch diameter core sample. The core recovery and Rock Quality Designation (RQD) in percent are included in the appropriate column on the logs of borings. The recovered percent is presented first for each core run and the RQD percent is presented immediately beside the recovered percent, in the adjacent column. Ground-water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 3 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Three triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The results of the triaxial tests are presented on Plates A.18 through A.23 of Appendix A. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered in the borings consist of dark brown, brown, light brown, reddish brown, light reddish brown, and gray silty clays, shaly clays, sandy clays, sandy silty clays, and clays. The various clayey soils often contain calcareous nodules and limestone fragments and occasionally contain calcareous deposits, iron stains, iron seams, ironstone nodules, gravel, and weathered limestone seams and layers. Shale seams were noted within the shaly clays in Borings B-14, 13- 15, and 13-16 below depths of 9% to 14 feet. Tan weathered limestone layers with thicknesses of 2 to 3 feet were encountered within the clays in Borings B-14 and B-15 at a depth of 4 feet. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 4 The various clayey soils had tested Liquid Limits (LL) of 44 to 85 with Plasticity Indices (PI) of 27 to 58 and are classified as CL and CH by the USCS. The clayey soils varied from stiff hard (soil basis) in consistency with pocket penetrometer readings of 1.5 to over 4.5 tsf. Tested unit weight values were 81 to 123 pcf and a tested unconfined compressive strength ranged from 2,380 to 15,960 psf. Tan limestone containing clay seams and layers was next encountered in Borings B-3 through B-9, B-12, and B-13 at depths of 6 inches to 17 feet. The tan limestone varied from moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of '/2 to 6'/2 inches per 100 blows. Gray limestone often containing shale seams and layers or gray shale containing limestone seams and occasional layers is next present in all boings at depths of 7 to 22 feet below existing grade. The gray limestone and shale are moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of '/2 to 53/4 inches per 100 blows. Rock quality designation (RQD) measurements of recovered core samples in Borings B-12 and B-13 range from 10 to 93 percent, with an average RDQ value of 55 percent, indicating fair to good rock quality, or generally relatively intact in-situ rock. Laboratory testing of the tan limestone and gray shale samples in Borings B-12 and B-13 in unconfined compression testing resulted in strength values varying from 32,400 to 537,984 psf, indicating moderate to high strength values (sedimentary rock basis). Borings B-3 through B-16 were terminated within the gray limestone or shale at depths of 25 to 60 feet. The Atterberg Limits tests indicate the various clays encountered at this site are moderately active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was not encountered during drilling in the borings. A ground-water level of 17 feet was measured at drilling completion in Boing B-3, while the remaining boreholes were dry at completion of drilling operations. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 5 While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Perched water may occur atop or within the tan limestone or atop the gray limestone or shale during periods of heavy or extended rainfall. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. The possibility of ground-water level fluctuations should be considered when developing the design and construction plans for the project. 4.0 ELEVATED TANK FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground-water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately '/2 to 1 inch have been estimated for the clay soils in a dry condition. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 6 The expansive soil movement magnitude is anticipated in the top '/z to 2 feet of soils. Below the 2- foot depth, rock with only occasional clay seams will occur. Any pipeline that enters the tank area at depths of 5 feet, for example, will have limited expansive soil movement below the pipe to act as a differential between the pipe and the footing. Estimates of expansive soil movements between a pipe at a 5-foot depth is anticipated to be on the order of less than '/z inch. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. 4.3 Shallow Foundations 4.3.1 Design Criteria Reinforced concrete mat foundations may be used to support structural loads for the tank. The foundation may be founded using the following alternate criteria: Table 4.3.1-1 SPREAD/MAT FOUNDATION DESIGN CRITERIA Depth Below Founding Allowable Bearing Estimated Ground (Ft.) Material Pressure (ksf) Settlement (inches) 4 Tan Limestone 14.0 Less than 1 inch This bearing pressure assumes a factor of safety above 3. Allowable pressures for transient loads may be increased by 33 percent. Differential settlement of the foundation is anticipated to be negligible. 4.3.2 Spread/Mat Foundation Construction Spread or mat foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: Report No. 103-21-407-1 CMJ ENGINEERING,INC. 7 • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 2 inches and a lean concrete mud slab of approximately 2 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be provided around the perimeter of the tank. Water must not be allowed to pond near the tank during or after construction. If water is permitted to stand next to or below the structures, pipe trenches, and similar facilities, excessive soil movements can occur. This could result in excessive vertical Report No. 103-21-407-1 CMJ ENGINEERING,INC. 8 movements and damage or distortion of the structures or other facilities. Ponding water can result in soil movements exceeding those previously given. A slope of 1.5 to 3 percent should be provided, such that the soil slopes away from the proposed structure, foundations, and excavations. 6.0 TRENCH / BORE EXCAVATIONS 6.1 Expected Subsurface Conditions According to the Dallas Sheet of the Geologic Atlas of Texas, the water transmission line will traverse through three geologic formations: Duck Creek, Kiamichi, and Goodland Formations. The Duck Creek Formation is present in the highest elevations of the site, where the proposed elevated tank is situated. Clays are typically present at the surface underlain by tan limestone. These clays often contain significant quantities of limestone fragments. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. The underlying Kiamichi Formation is approximately 25 feet thick and is composed of weak, extremely active clays and shaly clays. Outcrops of the Kiamichi normally form narrow bands on hillsides. The underlying Goodland Formation consists of active to highly active clays overlying limestone, present in the lower site elevations. Some shale seams are present in the Goodland formation. With the geologic changes along the water line route, it should be expected that the soil thickness and depth to top of limestone or shale will vary. Rock hardness can be seen in the majority of the borings to be moderately hard to very hard (sedimentary rock basis). Conventional earth moving equipment is expected to be suitable for excavating the overburden clayey soils. Heavy duty excavation equipment will be necessary and should be expected within the limestone and shale materials, depending on rock hardness. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. 6.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays and rock, it is expected that near vertical excavation walls will be possible. In the case that excavations occur through soft clays, granular soils, non-compacted fill, or submerged Report No. 103-21-407-1 CMJ ENGINEERING,INC. 9 soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.3 Comments on Horizontal Bores Borings B-12 and B-13 encountered predominately limestone and shale materials below depths of 6 inches to 16 feet. Any tunnel bores extending into this limestone or shale strata will be encountering moderately hard to very hard rock, the upper portions of which can contain weathered zones or clay seams. The limestone and shale strata will likely require special tools to remove/excavate/drill through due to their hardness and abrasiveness. 6.4 Trench / Bore Pit Dewatering Ground-water conditions can vary with seasonal fluctuations in rainfall. Controlling the ground- water is essential to construction of the water line. Failure to control any encountered ground- water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement, and pipe deflections after backfilling. Ground-water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be Report No. 103-21-407-1 CMJ ENGINEERING,INC. 10 necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 6.5 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1" to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 6.6 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Significant processing of the on-site limestone or shale will be required in order to utilize as backfill. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 11 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 6.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. 7.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2015 site classification is TYPE B at the proposed elevated storage tank site for seismic evaluation. 8.0 EARTHWORK 8.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy Report No. 103-21-407-1 CMJ ENGINEERING,INC. 12 pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 8.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on-site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Excavated on-site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches is maximum dimension. As the in-situ limestone are generally hard to very hard, significant processing of the limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be Report No. 103-21-407-1 CMJ ENGINEERING,INC. 13 observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. If fill is to be placed on existing slopes that are steeper than five horizontal to one vertical, then the fill materials should be benched into the existing slopes in such a manner as to provide a good contact between the two materials and allow relatively horizontal lift placement. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height (ft.) Horizontal to Vertical 0 - 3 1:1 3- 6 2:1 6 - 9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. 8.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface Report No. 103-21-407-1 CMJ ENGINEERING,INC. 14 water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 8.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 8.4 Excavation Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Seasonal water seeps can occur where the tan limestones and the Kiamichi geologic interface are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 15 8.5 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 8.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 8.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 9.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these Report No. 103-21-407-1 CMJ ENGINEERING,INC. 16 construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 10.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected Report No. 103-21-407-1 CMJ ENGINEERING,INC. 17 conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface Report No. 103-21-407-1 CMJ ENGINEERING,INC. 18 conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-21-407-1 CMJ ENGINEERING,INC. 19 r r LEGEND: Boring Location a aoo soo���r I - APFROXIMAr�3CAL� �O�i�rr rnnc-__ExhiH,�a�i, fiACERVDkrE ii,15���ib PLAN OF BORINGS ENGINEERING, INC. WESTSIDE IV ELEVATED STORAGE TANK PLATE & WATER TRANSMISSION MAIN A, 1A CMJ PROJECT No. 103-21-407 FORT WORTH, TEXAS Ii t • i i I .I 1 ,k' Boring Location MATCHLINE 400 S00 FEET �. SS�L]R�H: GOQGLE EJ4RTH,30?'�;IMA,�3ER1'I��,TE: 111i5f242 PLAN OF BORINGS )ENGINEERING, INC. WESTSIDE IV ELEVATED STORAGE TANK PLATE 8 WATER TRANSMISSION MAIN A. 1B CMJ PROJECT No. 103-21-407 11 FORT WORTH, TEXAS 11 Major Divisions Grp. Typical Names Laboratory Classification Criteria Sy 8 �, Well-graded gravels, gravel- �, D (D )2 (073 �_ GW sand mixtures, little or no m C�=-6--greater than 4: Cc=-----30------ between 1 and 3 > fines o D10 Dio x D60 c rn 0 U L a o .N m Poorly graded gravels, gravel E N v GP sand mixtures, little or no cn U) (n Not meeting all gradation requirements for GW m ma>i fines N o_ > > mFn U - m UU o o o U o Z c o Silty gravels, gravel-sand-silt N �? := Liquid and Plastic limits Liquid and plastic limits E GM ai �, below"A"line or P.I. a `~ CO _ mixtures �, plotting in hatched zone CO £ Z a) L greater than 4 Z m .3 > between 4 and 7 are c .� o m borderline cases a, o N o Liquid and Plastic limits o > Clayey gravels, gravel-sand- requiring use of dual ( o m a GC c a) above"A" line with P.I. a Q, g n clay mixtures @ Z symbols ¢ : 'IEc greater than 7 c M m Ln Ey a to Well-graded sands, gravelly "- : °� D60 (D")2 m c SW - C=---- realer than 6: C =-------------- between 1 and 3 m sands, little or no fines � D g c Dio x D6o 0 co An (n C: o 0 c () N a`°i m Poorly graded sands; (02 Fn U = SP gravelly sands, little or no Not meeting all gradation requirements for SW > v fines m a L co ` It O U ) N (� (n a) o v,CZ Cc I a) Liquid and Plastic limits 0 o z °' SM Silty sands, sand-silt M t _E = c o a� �; - - N below"A"line or P.I. less Liquid and plastic limits c E mixtures o 2 3 <n m co CU a o o o than 4 plotting between 4 and 7 3 c o ° J are borderline cases m c � 0' Co Liquid and Plastic limits requiring use of dual o a SC Clayey sands, sand-clay E a w above"A" line with P.I. symbols g Q mixtures a� a.N �, 0 co greater than 7 Inorganic silts and very fine sands, rock flour, silty or o ML clayey fine sands, or clayey @ silts with slight plasticity 60 > Inorganic clays of low to -T a medium plasticity, gravelly CL o M .L clays, sandy clays, silty s "' � a clays, and lean clays o CH Z � d OL Organic silts and organic silty 4 clays of low plasticity x a m -0 30 c U o Inorganic silts, micaceous or P •� c MH diatomaceous fine sandy or a OH arid MH c M silty soils, elastic silts 2 .p LL f0 m E0 CL o -0 CH Inorganic clays of high � Q1 plasticity,fat clays 1 c E 7 ., o L UJ 4 k ML aid OL Organic clays of medium to 0 0 v OH high plasticity,organic silts 0 10 20 30 40 50 60 70 ao so 100 Liquid Limit U @ .�' Peat and other highly organic PlasticityChart o o Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES mm m GRAVEL LEAN CLAY LIMESTONE m e • :• SAND • SANDY _ SHALE • 0% • SILT SILTY SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils(snore than 50%Passing No.200 Sieve) Descriptive Item Penetrometer Reading, (tsC Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils(More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-3 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; water at 17' at completion Completion Completion Depth 60.0' Date 11-12-21 Surface Elevation Type CME-75, w/CFA (n o LL t a of cw c p .in o Stratum Description o o 2 T z� _ N C) 0 3 c" .5 - .N = .� .N= o c w (� o m� '.> �E E my o o c-0 c o o � maw acn JJ a.-1 a.5 2C> > DC)a. CLAY,dark brown,w/limestone fragments and 2.5 62 22 40 21 calcareous nodules,stiff 100/5" LIMESTONIE tan,w/clay seams, hard to very hard 5 moderately hard above 4' 00/1.25' 5 1 100/0.5" 8 LIMESTONE gray,hard to very hard 15 100/0.5" 21 10010.5" 25 00/0.75' 3 100/1" 3 00/0.75' SHALE gray,w/limestone seams, hard to very _—_ hard 40 — 00/5.75' —— moderately hard above 40' 4 __ 00/0.75' N - N 00/0.75' o -- U _ a 55 -- 00/0.75' c? —— o -- N -- ----------------------- 100/11, z 0 m LL o LOG OF BORING NO. B-3 PLATE A.4 Project No. Boring No. Project Westside IV EST and Water Transmission Main cMJ ENGINEERING INC. 103-21-407 B-4 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 30.0' 1 Date 11-11-21 Surface Elevation Type CME-75,w/CFA LL = d m N C LL E E 6.0 Stratum Description Z o w 2- )* a _ a x = w _ D oCm aoU =c o a U) fE 0 c aso E mo-� acn �� a� a5 �U �� �Uo CLAY,dark brown,w/calcareous nodules and 3.0 62 20 42 22 limestone fragments,stiff to very stiff 100/5.5" LIMESTONR tan,w/clay seams,hard to very hard -moderately hard above 2' 5 100/1.5" 4 1 00/0.75' LIMESTONE gray,very hard 15 00/0.75' 5 2 100/0.5" 25 100/0.5" 3 00/0.75' ----------------------- 0 c� U U a r v N M o_ z z x 0 m LL 0 o LOG OF BORING NO. B-4 PLATE A.5 J Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-5 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 30.0' Date 11-11-21 Surface Elevation Type CME-75, w/ CFA � a o a c .m U- o E E o._ O o LL 'N Stratum Description o ocao o a 2 1, z W a o C6 m.a 'E co E �-0 o o c� c 0 � in IT am JJ aiS as 2U » �CO)a CLAY,dark brown,w/calcareous nodules and 3.5 62 21 41 16 limestone fragments,very stiff 100/0.5" LIMESTONE,tan,w/clay seams,very hard 5 00/0.75' 5 00/0.75' 7 1 LIMESTONE,gray,very hard 00/0.75' 15 2 100/0.511 2 100/0.5" 100/0.5" N N F- U a v N [7 _O Z x O m 0 O 0 LOG OF BORING NO. B-5 PLATE A.6 Project No. Boring No. Project Westside IV EST and Water Transmission Main cMJ ENGINEERING INC. 103-21-407 B-6 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0- Date 11-11-21 Surface Elevation Type CME-75,w/CFA LL o w a m c u. a) T m °a z LL ('(� Stratum Description 8-10 o o w ink u c w pU c U 3c u) 0 Eas� w C O m6? m.� E m EToorc o Q o of aw a.cn 0- 0- 2U D� Ua CLAY,dark brown,w/calcareous nodules, 4.5+ 58 17 41 17 108 11420 calcareous deposits, ironstone nodules,and limestone fragments,hard 100/1 5" LIMESTONE,tan,w/clay seams,hard to very hard 5 100/0.5" 4 1 moderately hard 9'-10' 100/6.5" 15 00/1.25' 2 LIMESTONE gray,very hard 00/0.75' 25 100/0.5" --------------------——— N N 0 U a' c? r v N C� _O Z a_ Q1 LL 0 o LOG OF BORING NO. B-6 PLATE A.7 J Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-7 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 11-16-21 Surface Elevation Type CME-75,w/CFA lL m o t a N _ C LL a >^ m 'o Z LL a) ('on(n Stratum Description � z�3 z U ai e � = 0E � w C1 ov m T as E T-o o o c o c� mam an JJ FL in a5 2U » DC:Uoa SILTY CLAY,dark brown,w/abundant limestone 4.5+ 10 fragments,hard LIMESTONE,tan,w/clay seams and layers,hard to very hard 100/1.5" 5 5 100/11, 1 15 00/0.75' 10 LIMESTONE,gray, hard to very hard 00/0.75' 2 w/shale layers below 21' 2 100/1.5-' ----------------------- N U U a c? Y N C1 O z Z x Q m 0 Q 0 LOG OF BORING NO. B-7 PLATE A.8 Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-8 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0- Date 11-16-21 Surface Elevation Type CME-75,w/CFA LL '5 � o t a - �LL m >' m °o Z 8-1 ii 'uoi N Stratum Description o � o a � n[Y� c o _ ��_ x m pU c Qo C) 3 c N > = n = n m c y ° E w CJ o mU? m.� vE m E m o 0 o c� c o o IY mn acn JJ a.iD a S 2U � DUa. CLAY,dark brown,w/iron stains, ironstone 3.0 22 99 4940 nodules,and limestone fragments,stiff to hard 4.5+ 19 LIMESTONE tan,moderately hard 5 100/2.5" LIMESTONE,gray,w/shale seams and layers, hard to very hard 1 00/0.75' 15 1 100/1" 2 100/0.5" 25 ——————————————————————— 00/0.75' N_ N F U a Y N M O_ U Z_ O m LL 0 o LOG OF BORING NO. B-H PLATE A.9 J Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407J B-9 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 11-16-21 Surface Elevation Type CME-75, w/CFA o t Q aj N c LL d >' m � Z ° >LL N ) U) U3 Stratum Description a 2 ch� -off_ _ ( o� = a� U 3 cLL 'N > '5.- in"= n axi c - ui E W C1 0 ou? w T QE T E ma o o c� c o o � W mdl- d(n JJ dJ m s 2U DJ DUd CLAY,dark brown,w/calcareous nodules and 4.5+ 51 19 32 18 limestone fragments,hard LIMESTONE,tan,w/clay layers,hard to very hard 50/3" 12 5 moderately hard above 4' 100111, 100/11, 1 LIMESTONE gray,w/shale seams and layers, hard to very hard 00/0.75' 6 15 2 100/1" 25 -moderately hard below 24' 100/2.5" ----------------------- N N F U 'a C? V N M O Z K O m LL O o LOG OF BORING NO. B-9 PLATE A.10 Project No. Boring No. Project Westside IV EST and Water Transmission Main cMJ ENGINEERING INC. 103-21-407 B-1 U Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 11-16-21 Surface Elevation Type CME-75,w/CFA o _ 0LL >' m 0 Z �� 0cn Stratum Description e o a) o o w 1� _ in -0 _ �' _ � m 0 U .� a-0 U 0 30�` N > 'C'= in= maxi .Nc w � ° E � w 0 om�? m.T 0E mE T 00 C: coo � � m d H Q(n J J d J d C 2 U Z)J Z)U d CLAY,dark brown and brown,w/iron stains, 2.5 29 ironstone nodules,and limestone fragments,stiff to very stiff 3.75 80 25 55 23 5 -hard below 4' 4.5+ 20 103 11330 4.5+ 76 20 56 21 SHALY CLAY light brown and gray,w/iron stains, ironstone nodules,calcareous nodules,and gravel, 4.5+ 19 1 blocky, hard 4.5+ 15 111 5910 1 -w/weathered limestone seams below 14' 4.5+ 64 22 42 19 1- -20-LIMESTONE gray,wl shale seams and layers, moderately hard to hard 25 100/2" ----------------------- N N U a' Y N M _O Z_ 0 O m LL 0 0 LOG OF BORING NO. B-1 O PLATE A.11 J Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-11 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 11-11-21 Surface Elevation Type CME-75,w/CFA LL CD o _ N C w a m o� n. E `off Z o �LL �.N a a Stratum Description o o � o o s ��U �; - _ x N o� a w 0 o m� m.a) r1E m E m-o 0 o � � maw a-0 JJ a-J aS �EU DJ DUa CLAY,dark brown,w/calcareous nodules and 4.0 64 21 43 20 limestone fragments,very stiff CLAY,light brown,w/calcareous nodules, 4.5+ 51 16 35 11 123 15960 ironstone nodules,and limestone fragments,very stiff to hard 3.75 15 5 -w/abundant weathered limestone seams and layers 00/8.75' below 5.5' 4.0 55 16 39 16 112 5600 1 SHALE gray,w/limestone seams,moderately hard 100/3.5" 15 hard to very hard below 19' 100/1" LIMESTONE gray,very hard 100/0.5" F- 0 U a n Y N M o_ C7 z 0 o m 0 0 LOG OF BORING NO. B-11 PLATE A.12 CMJ ENGINEERING INC. Project No. Boring No. Project Westside IV EST and Water Transmission Main 103-21-407 B-1 2 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; water at Fat completion Completion I Completion Depth 40.0- Date 11-11-21 Surface Elevation Type CME-75,w/CFA LL .n O r d m O c LL d E E `O C O 'O.O a Stratum Description o o o o z� N 0 LL 6 (If (If mdH d(n JJ d� d� 0 Z)-J Z)U d SILTY CLAY,dark brown,w/calcareous nodules 4.5+ 46 19 27 10 and limestone fragments,hard 00/4.25' LIMESTONE,tan,w/clay seams,moderately hard to very hard 5 88 21 152 537984 1 86 31 1 71 40 141 32400 SHALE gray,w/limestone seams,moderately hard _ to hard 2 -- 95 80 151 64080 25 —— 100 85 137 30960 3 =- 80 56 35 -- -— 96 73 4 _ ----------------------- N N N H 0 U a 0 q N t7 O z Z 0 m LL °U LOG OF BORING NO. B-12 PLATE A. O13 J Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-13 Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 13'; dry at completion Completion Completion Depth 40.0' Date 11-9-21 Surface Elevation Type CME-75, w/CFA w o t a a� oN c LL a E E o.E o a 0 �°-� � U) Stratum Description o CU U � 3 y 5Of x � D c N > 7c rUN o�c Ea�c w v? co Li) �E E Ta oo cn c o o� � 0'- mawai JJ a_3 a5 2U DJ DUa CLAY,dark brown,w/calcareous nodules,iron 1.75 64 17 47 25 stains,ironstone nodules,and limestone 21 105 fragments,stiff SANDY SILTY CLAY light brown and light reddish 12 brown,w/calcareous deposits and limestone 5 fragments,stiff to hard 16 46 15 31 5 28 11 1 11 117 4.5+ 17 108 4080 SHALY CLAY light brown,light reddish brown,and 4.5+ 57 17 40 14 gray,w/calcareous nodules,calcareous deposits, ironstone nodules,and limestone fragments, 16 116 blocky,hard 1 4.5+ 24 102 2970 LIMESTONE,tan 25 0 2 86 31 --_ SHALE gray,w/limestone seams and layers, moderately hard to very hard 25 _- -— 96 10 3 — 93 93 154j 202752 35 __ 98 86 140 53568 4 _ ----------------------- N N _ N H U a v N C1 O_ z Z_ d' O a7 0 O o LOG OF BORING NO. B-13 PLATE A.14 Project No. Boring No. Project Westside IV EST and Water Transmission Main MJ ENGINEERING INC. 103-21-407 B-14 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0, Date 11-9-21 Surface Elevation Type CME-75,w/CFA o Stratum Description 8-0 8-1CU o N ro ❑U 0-0 U 3 C INp 7 w. N'= rn N .N C '.' U7 OU E 7 w C! 0 n�</? m.2 �E m E _m o 0 0 C C o 0 Of 2 m a- a-f n J J d J d C 20 J U a- CLAY,dark brown,w/calcareous nodules and 3.25 85 27 58 36 limestone fragments,very stiff 3.25 31 92 4600 5 LIMESTONE tan,weathered,soft 37 5 CLAY, light reddish brown and gray,w/iron stains, 2.0 29 94 3290 ironstone nodules,calcareous nodules,and 3.0 65 17 48 21 limestone fragments,stiff to very stiff 1 hard below 13' 4.5+ 68 21 47 21 103 4260 15 SHALY CLAY tan and gray,w/ironstone nodules and shale seams,blocky,hard LIMESTONE gray,w/shale seams and layers, hard to very hard 2 00/0.75' 2 ——————————————————————— 100/11, N N H U a v N (�l O_ Z_ 0 O m LL O o LOG OF BORING NO. B-14 PLATE A.15 J Project No. Boring No. Project Westside IV EST and Water Transmission Main CMJ ENGINEERING INC. 103-21-407 B-15 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 11-9-21 Surface Elevation Type CME-75, w/ CFA N o LL N c LL a >, E o-0 z o �LL � °-� ) Stratum Description o o �� c a o z= w C7 0 mC? m.a) ErE m E m o o o co c o o � mdH 0-0 JJ a— dS :EU ❑—J ❑Ua CLAY,dark brown,w/ironstone nodules and 2.25 1 39 81 2980 limestone fragments,stiff to very stiff 3.0 79 22 57 25 5 LIMESTONE tan,weathered,w/clay seams,soft 38 3 SANDY CLAY reddish brown and gray,w/ 4.5+ 44 16 28 17 ironstone nodules,iron seams,calcareous nodules,and gravel,very stiff to hard 3.75 20 100 2960 1 SHALY CLAY gray,w/calcareous nodules and shale seams,very stiff LIMESTONE gray,w/shale seams and layers, hard to very hard 15 100/0.5" 2 00/0.75' 100/11, 2 ——————————————————————— N N H 0 U a 0 v N M O Z O m LL O o LOG OF BORING NO. B-15 PLATE A.16 J Project No. Boring No. Project Westside IV EST and Water Transmission Main cMJ ENGINEERING INC. 103-21-407 B-16 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 11-9-21 Surface Elevation Type CME-75,W/CFA LL o L d m N C LL O. CU E E LL N a Stratum Description o o o o _ N �tYLL .N ai _ U U x N �U ° a� U >i C y > 7- N= N 41 C U E w 0 o ��/? m T aE m E _m-0 0 0 C C O O IY IY m IL H d(n J J IL J IL C 2 U n J U IL CLAY,dark brown,w/ironstone nodules and 1.75 69 26 43 32 limestone fragments,stiff 1.5 21 5 CLAY,light brown,light reddish brown and gray,w/ 1.5 21 calcareous nodules,calcareous deposits,ironstone nodules,and limestone fragments,stiff 2.5 1 64 18 46 15 1 2.5 17 103 2380 4.5+ 17 109 7710 1 SHALE gray,w/limestone seams and layers, moderately hard 2 100/3.5" 2 — very hard below 24' 100/0.5" -- ——————————————————————— 0 c� U a c? v N O (7 Z m 0 o LOG OF BORING NO. B-16 PLATE A.17 t . I L'J W&W- ,F RD ROAD g� ` Y flu L3-1a 6-1� a J B-'+1 —_ B-i S r i �•T 1 3 � � .a t 4 �t , 6-3 imate Site nda .. . r PLAN OF BORiNGS Project No. Boring No. Project Westside III 42-inch Waterline cMJ ENGINEERING INC. 103-21-389 B-19 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25.0' Date 9-28-21 Surface Elevation Type CME-55 w/CFA W g t a m N C LL z E E o.S o ii -o.N Stratum Description ° o _ N o ° C (� 3 C N7.- fA= Ul N C '.' Ul U N U E 7 w CJ o o o yU? m ADQE m -o E n C o o (if (if maH iLU) JJ aJE m d C 7)J DUd CLAY,dark brown,w/calcareous nodules, 4.5+ j 72 25 47 19 calcareous deposits, ironstone nodules,and 4.5+ 18 96 14080 limestone fragments,hard 4.5+ 16 WEATHERED LIMESTONE tan,w/clay seams, moderately hard 100/5.5" 5 LIMESTONE tan,hard 00/1.75' 1 00/1.37 ' 15 2 LIMESTONE gray,hard to very hard 00/1.25' -w/shale seams below 21' 00/1.75' a 0 c� U a c7 m N t") O Z Q1 LL o LOG OF BORING NO. B-19 PLATE A.22 J Project No. Boring No. Project Westside III 42-inch Waterline CMJ ENGINEERING INC. 103-21-389 B-4 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 40.0' Date 9-28-21 Surface Elevation Type CME-55 w/CFA LL m o t a ai �w a E E o � o a.00 oCUStratum Description a o � o = �" �� _ oQ as U 0 3cLL .N > 5' w• N � we 0E � w C1 0 ou? m m �E cc E caa 'o o cA c o 0 maw ain JJ a� as 2U » z) ao SILTY CLAY dark brown,w/calcareous nodules 9 LIMESTONE tan,fractured LIMESTONE,tan,w/clay seams, hard to very hard 00/1.25' 5 100/1" 1 LIMESTONE gray,hard to very hard 00/1.37 ' 1 00/1.12 ' 2 25 100/11, SHALY LIMESTONE gray,w/shale and limestone seams and layers, hard to very hard 3 00/1.62 ' 3 100/11, 40 ——————————————————————— 100/1.5" 0 U a' C7 m M (V O_ Z 0 O m 0 O o LOG OF BORING NO. B-4 PLATE A.7 1.2 Results - - C,tsf 1.105 - - - - deg 0 - -i - - - Tan( )-- ----� - - --- i-1- - - -- - 0.8 w ui m - - - - 0.4 - - ---��-�- -' - ' - --- - -I - - - 0 0.4 0.8 1.2 1.6 2 2.4 Normal Stress,tsf 3 1 1 1 1 1 1 1 1 1Sample No. 1 _ Water Content, % 21.0 2.5 Dry Density, pcf 104.9 Saturation, % 96.5 C Void Ratio 0.5777 w 2 _ - _ Diameter, in. 2.75 ui Height, in. 4.10 Water Content, % 21.8 1.5 N Dry Density, pcf 104.9 - Saturation, % 100.0 _ Q Void Ratio 0.5777 0 1 Diameter, in. 2.75 __ r Height, in. 4.10 - - - _r_ Strain rate in./min. -- Back Pressure, psi 0.00 Cell Pressure, psi 2.00 0 0 5 10 15 20 Fail. Stress, tsf 2.21 Axial Strain, % Ulf. Stress,tsf 6, Failure, tsf 2.35 Type of Test: Unconsolidated Undrained 6, Failure, tsf 0.14 Sample Type: Undisturbed Client: Description: Clay,brown w/LS Rock Project: Westside V Est and Transmission Main-Fort Worth Assumed Specific Gravity=2.65 Location: B-13 Remarks: Depth: 1.0'-3.0' Proj. No.: 103-21407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale TX PLATE A_18 2.5 1 1 2.5 2 2 2 En m 1.5 °� 1.5 p N O N 0 1 0 1 0.5 0.5 0 0 0% 5% 10% 0% 5% 10% 2.5 3 2.5 4 2 2 CO En CO 1.5 2 1.5 O N O N 6 18 1 .5 1 0.5 0.5 0 0 0% 5% 10% 0% 5% 10% 1.8 Peak Strength Total a= 1.11 tsf a= 0.0 deg 1.2 tan a= 0.00 N Q 0.6 0 0 0.6 1.2 1.8 2.4 3 3.6 p,tsf Client: Project: Westside V Est and Transmission Main-Fort Worth Location: B-13 Depth: 1.0'-3.0' Project No.: 103-21-407 M L Testing, LLC PLATE A.19 F1.2 Results C,tsf 0.733 _ - �, deg 0 an(o) 0 0.8 w ui a� 65 - (D in L 0.4 0 0.4 0.8 1.2 1.6 2 2.4 Normal Stress,tsf 1.5 11111 1 1 1Sample No. 1 Water Content, % 1.25 Dry Density, pcf 116.7 T Saturation, % 70.1 'E Void Ratio 0.4181 w 1 'Diameter, in. 2.75 y Helgnt. in. 3.15 2 I Water Content, %, 15.8 U) 0.75 y Dry Density, pcf 116.7 - Saturation, % 100.0 Q Void Ratio 0.4181 0 0.5 Diameter, in. 2.75 Height, in. 3.15 - - Strain rate, in./min. 0.25 i _ Back Pressure, psi 0.00 0 Cell Pressure, psi 8.00 0 2.5 5 7.5 10 Fail. Stress, tsf 1.47 Axial Strain, % Ult. Stress,tsf 6, Failure,tsf 2.04 Type of Test: Unconsolidated Undrained 63 Failure,tsf 0.58 Sample Type: Undisturbed Client: f Description: Calc.clay,tan w/ca1c.nods Project: Westside V Est and Transmission Main-Fort Worth I Assumed Specific Gravity=2.65 Location: B-13 Remarks: Depth: 9.0'-10.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale TX PLATE A.20 2 1 2 2 1.6 1.6 N y 1.2 1.2 6 O N O N (6 .r C6 .� 0.8 m 0.8 0.4 0.4 7z 0J I 101 1 1 1 1 0% 4% 8% 0% 4% 8% 2 3 2 4 1.6 1.6 N to 1.2- 1.2 C75 U 0O N `O N m 0.8 > 0.8 Q Q 0.4 0.4 0 0 0% 4% 8% 0% 4% 8% 1.2 Peak Strength Total a= 0.73 tsf a= 0.0 deg 0.8 tan a= 0.00 w Q 0.4 0 0 0.4 0.8 1.2 1.6 2 2.4 p,tsf Client: Project: Westside V Est and Transmission Main-Fort Worth Location: B-13 Depth: 9.0'-10.0' Project No.: 103-21-407 M L Testing, LLC PLATE A.21 2.4 Results - -r - I- - - - -- - C,tsf 1.885 - — - - -- --, - - - - �,deg 0 -" -t" Tan(o) 0 woo 1.6INN ui a� `m m s 0.8 0 0 0.8 1.6 2.4 3.2 4 4.8 Normal Stress,tsf 6 1 1 1 1Sample No. 1 Water Content, % 16.0 5 _ Dry Density,pcf 116.0 - - m Saturation, % 99.4 Void Ratio 0.4257 N 4 Diameter, in. 2.75 u Height,"in. 3.91 CD Water Content, % 16.1 U) 3 .- Dry Density, pcf 116.0 Saturation, % 100.0 > _ Void Ratio 0.4257 0 2 Q °Diameter, in. 2.75 - - Height,in, _3.91 _ Strain rate, in./min. ~ 1 Back Pressure, psi 0.00 [9———— -it ————— 0 Cell Pressure, psi 12.00 0 2.5 5 TT 10 Fail. Stress,tsf 3.77 Axial Strain, % Ult. Stress,tsf - a, Failure,.tsf 4.63 Type of Test: a, Failure,tsf 0.86 Unconsolidated Undrained Sample Type: Undisturbed Client: Description: Clay,wthd.shaley Light tan&gray blocky Project: Westside V Est and Transmission Main-Fort Worth Assumed Specific Gravity=2.65 Location: B-13 Remarks: Depth: 13.0'-15.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale TX PLATE A.22 5 5 2 4 4 N 3 (D 3 65 6) o > 2 2 a) 1 1 0 0 0% 5% 10% 0.% 5% 10% 5 3 5 4 4 4 N U) N 3 a) 3 fD N 2 a 2 1 1 Ol 0 0% 5% 10% 0% 5% 10% 3 Peak Strength Total a= 1.88 tsf a= 0.0 deg tan(x= 0.00 2 U) a- 1 0 0 1 2 3 4 5 6 p,tsf Client: Project: Westside V Est and Transmission Main-Fort Worth Location: B-13 Depth: 13.0'-15.0' Project No.: 103-21-407 M L Testis , LLC PLATE A.23 February 14, 2022 Kimley-Horn and Associi--s, Inc. 801 Cherry Street, Unit Suite 1300 Fort Worth, Texas 7610: Attn: Mr. Chris Igo, P.E. RE: ADDENDUM #1 VIBTSIDE IV ELEVATED STORAGE TAP AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS CMJ PROJECT NO. 103-21-407-1 Dear Mr. Igo: CMJ previously perform= a geotechnical report for the above refenced project and presented the results in CMJ Repc No. 103-21-407-1 dated January 21, 2;;�?2. We understand butterfly valve vaults are plannecEat ten locations along the planned trans ission main alignment. The vault structures will haw--a footprint of approximately 16 feet by R feet and will be situated at depths varying from 12=o 20 feet. Recommended geotechnic design parameters for the proposed vault structure: at these locations have been requested—1d are provided below. FOUNDATION RECOMMENDATIONS General Foundation Cc-isiderations Two independent desigr criteria must be satisfied in the selectio of the type of foundation to support the proposed be=w-grade structures. First, the ultimate tearing capacity, reduced by a sufficient factor of safet-, must not be exceeded by the bearing pressure transferred to the foundation soils. Seconl, due to consolidation or expansion of tl a underlying soils during the operating life of the strucures, total and differential vertical moven ents must be within tolerable limits. The majority of the propc sed vault structures are anticipated to be situated in the tan limestone, gray limestone, or gray shale. The vault structures located at stations 1+55, 2+00, 45+75, CMJ Engineering 7636 Pebble Drive p: 817.284.9400 Fort Worth,TX 76118 f: 817.589.9993 www.cmjengr.com CMJ ENGINEERING,INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum 41 February 14, 2022 Page 2 of 6 48+00, and 76+21 may be situated in the very stiff to hard clays and shaly clays. The foundations for the proposed vault structures are planned to be mat foundations. Mat Foundations Foundation Design Criteria Reinforced concrete mat/slab foundations may be used to support structural loads for the proposed structures. Mat/slab foundations situated within the very stiff to hard shaly clays and clays may be designed for an allowable bearing capacity of 3.0 ksf. Mat/slab foundations situated within the tan limestone, gray limestone, or gray shale may be design for an allowable bearing capacity of 8.0 ksf. Observation by qualified geotechnical personnel should be conducted during construction to verify the bearing material, as discussed below. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table. For purposes of hydrostatic uplift design we recommend a ground-water level at the surface. It should be anticipated that excavation for the structure bases will need to incorporate dewatering to keep the excavations free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the bottom of the proposed excavation. Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of bearing materials become important. Mat foundations proportioned for this value should experience a total settlement of 1 inch or less, and a differential settlement of/z inch or less, after construction. Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods CM]ENGINEERING,INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum#1 February 14, 2022 Page 3 of 6 Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. BELOW GRADE WALL RECOMMENDATIONS Lateral Earth Pressure General The below-grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground- water table. Equivalent Fluid Pressures Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per CMJ ENGINEERING,INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum#1 February 14, 2022 Page 4 of 6 foot of wall height, are presented in the table below for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. A ground-water level at the finished grade elevation should be used for design of the below grade structures. Pressures are provided for at-rest earth pressure conditions for rigid concrete walls. For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on- site soils should be used. Lateral Earth Pressures At-Rest Equivalent Fluid Pressure Backfill Material (Pcfl Drained Undrained Excavated on-site clay or clay fill 100 110 material Select fill, flowable fill, or on-site soils meeting material 65 90 spec cations Free draining granular backfill 50 90 material Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. CMJ ENGINEERING,INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum#1 February 14, 2022 Page 5 of 6 Wall Backfill Material Requirements Granular Wall Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted during installation. Select Fill Behind Walls: All wall select backfill should consist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor Density. Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. On-Site Soil Backfill: For wall backfill areas with site-excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor Density. Below-Grade Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low-permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to a sump/pump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. CMJ ENGINEERING,INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum#1 February 14,2022 Page 6 of 6 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, the below-grade structures should be designed to withstand full hydrostatic pressure below the ground-water table (undrained condition). We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. We appreciate the opportunity to provide this information. Please contact us should questions arise on information contained herein. Respectfully submitted, �qtE OFlop CMJ ENGINEERING,INC. TEXAS FIRM REGISTRATION NO.F-9177 S . ;MATTHEW W.•KAMMERDIENERj /........ • s rr •127818•.•� , rll�0, 410ENS�O•'a��i'�� Matthew W. Kammerdiener, P.E. l�Fs6/ ILO' Project Engineer ���0��ti�1'�_12 Texas No. 127818 copies submitted: (1) Mr. Chris Igo, P.E.; Kimley-Horn and Associates, Inc. (email) GC-6.06.1) Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July I,2011 PROJECT DATE:AUGUST 2022 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 5 %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at(817) 392-2674. Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Rev. S/15/19 Phone: (817)392-2674 O j be Z tq m U wt C Ql Y > 2W �a) yo QN c W 0 w Q. Ca) 2 4l4 cc al d� LQ OO Q O m Z H -0 U at.. d •C U tN y m U y ` (D.O m yCmC mco U) y 0 Q. wy 'C w CL o �O 0) i3 >w ° � m •� ° N�3 a. ouial x cO v Uamc52 .0 y CL ui 3 CN > a) a o 0) C vy C rn o al to al 3c mN 70 �O cn OO- a) = � U CmN a) ( COf ca,O o at - a N CL lJ c v O C ° Q E _° O.r- 0 y aa3l LL N a y � o nLcc °Ep cwE Eo',oc�, +m o i c m :1 coU) 0 G (n 3 � v ° � mEmwoO U '>c LL 0 EL z c a : 3 o ° 3r = >` L CC 7 CCyO C W m � Om�N yU m o w «nLO m 4 Q O � v c �rom o V U M e C ._ = o - m m : ° ZLL ) OQal o E ° = m malW o '0 U m Wco% 0y m cn wo CDsm ` `c G Z vE ' y OE ojM o _ C wo LL Oh NG° ° co .00 _� Om w w c�'i u- oa € ° 3 mia tad V .(� C9 0 co H fV cco '� �` m c o 'v `3 'u � pp � o — 7 d U C9 c c m o W mQ `•4 E n Ww o 10i Lbw O > > ❑ '�' _U Qc cn y cm c m o moo W N w d 2 c W � Q N m t•� c �� a `—° o � o U N r O •� C _ w m C O E y a. 0 m NW 7 � O C .'CIN3Cmlsl U 3 ❑ m ❑OU • tc wi 3 N W lII m .• oZtma77 ���° t`cm (ZV Y w tll E Z Wc m � > m C Nx c 'oE o o 0 o E Q oaC n m e Ow VJ Lm O m ° N E 0 LLm . cn N t c .° m � o0mov-° T d ' s 2 oa _ ma Q 03 = mt E W d _0 f p m c cm e c ° 1- o0)0 Z N 'al ° ?U Ecm m a.C� m`H ° Oy to _ >= w OW� a > Z CL p ° c v i m w woNa � c c , p � d cyc El d C `❑ a 09 + O p a�- U o ° Nm m3Nl O) C V I/l m N NQ o rn ' tvO wm ,N.yOv �O �M vE Q cn 0 E m U 'co a .0 Sc 0 CL o am a N E ll mm c ym W - v - 0 :2 W K 7 Z Ell M o p m �o Q d o E N p0 = 0 N0 0 7 m p d O C C ,Q c .`� O 1"' >_ y m Of "-3 Q w N m N•N rr� w .0 C •N Z) 0 . �. C� N C _ Q1 O O 7 W > o .-. N W W m Id 3 C�1 Q 3 >, N E X O N w N N O O Of m m 02 20 c m o cwN .EE ou, m �•rnv� ammE : O.� d ❑ chi m a al d ,c N al m � • d C w Z Q al m -o c al c c rn o•CL� al LL } F I- N to m rn c y Efio m0 o 5 ami m Z � 5 3 � ' O o _ m m m ., QQ U W Io0 c 2 c� � L 0 � � w $ E � yoyw w3 � cy w 0 :L- al o al m m � >.o ° � a W Q 7 N Y d C1 C 7 0 a LL ` ccn '° Cl C N N y ul p pM U c I,. 0� y .. c � � m & alUco o _ m ` ymmc R O O t E a�i w m > > o ° 'H V ca G m a m c�i a ail O. 0 IL IL UO U W _ = p tic � m alo r0 :3 0amoun u. 3 � HU c� m � UZ = 3 Um LL y E a � m •o N m cc zN oy �n 3 € ; c9 c� `0 W n > h N N 4) ° mi N > m m > C OQ to > C o a 2 A of a) c o. 0. d c a w d c a ;-- a) c a w, m aw � � � .0 z = zca Q z = zQ z = z ¢12 _0 0a E W (D a) �, W � o N c o._ c E E E N y 0 L) Z to a) ` a) = a) ` co j y o z 'L"' N y �c •gyp; C 'm C 4A •y a) C1 N j y U N j w ca 3 J 3.�`-.:_, y 0 y (O 70 w y R f0 w •y la QI to U y = a) _( Q Q U Q Q U 2 Q Q U o w C IL ❑ ❑ ❑ ❑ ❑ ❑ ❑❑ ❑ El❑❑t C co N 3 72 m (q in U) c >. E -o 0 Qc > U (LLU a cv `c c co aa na) N EO t U� U ❑a) m cm m o p �n o Z ° >+ U Q >+ Q a, upj Q Q > a) a n u0i c a m :E U F- m g U H 00 g U H a`)-o E c u a~ y H p a) a, 3 H p a) d 1- p � ma) cia c O Ov y c u�i O m o -• N y u m � E.- � c' ) m e c. m y y y • E o y N Cl O y 'a to Z ++ p oc •` � u 3 rn� a5E 4) 0- y c U M o •p O0 O Ea) •p _ W _ •� j E -0- Z � f0 O 3 2L O CC1 O °� O mn coa c o ��cr m O (6 °' O LO O � O LLI c N o O " a rn U 'a N N Nl € o o U V C CF) C M Cl) cam- C ca O O It a) .0- y c E w p 0 > ? d U) N CO N N ti N E 00 O C o €._ •� Euy)a � E a c Oj � = o z o z u) E 0 o z m 0w-2 ym 3 ° wo o a o 0 o v 0 c �' 0 d = 0 3 my y d �° a V a a 0 v Q a E � v a O O`� y `1 : 'C N U) z /A v, z /A N w a••' z /A U C •+ 3 m Cl 43 Nm - ;- U y M O C E c � 7 N (/) U C - m 0, 'oa) 8o E U y € w O > to c 06 L C m 0 C E CO N O E O cr y O (� C_ m N _ O a- LLJU (q W O �,p �` C O uiyo �� oU € O WJ O (DL V O OCCl) .O N = _ � V Y c N o N � t o a W U)4 C O ca � Ln ❑ N F- N O N Q � � � j �O m '� - m 0 �N m y � y � Y �' � AN U C � 00 m � = M N (A ❑ U Om OCO C � � N (A N co aia € w a� m Qo co ca (90 E m � O � � °' M E� = j m a O m ❑ f- O N �- O rn CO �- N >, Co �t O O ca . ca �y u •7 y 3 c O QU O � (0 � O U O � O Cl)0 � . (6 O (p L � t NL Qo vc� o ❑ y _ MUD N c � U' ma0 oI U' C'1 Yrn to C (n C9 CO � 6 U) 'y y y ft w H ..• y � y 3 y = K t P-z E O E O E O Q co a) m c U-o O a) Q O m J2 (a ` m ` $ o W N my U) z0 z a Z a Z a a) O mcc M m L N y U) a+ N y w N y a+ yy a) p a) a) O Y N C C r C `1 c N C C O y 0 +. - ', �`� � � y •p ° ca C N •C O M C N 'o O ca C amio �� o m •a sE o 3 v � E o 3 V .cE o 4 =0 N.2 U U N U IL m ¢ O. w 0 m ¢ d w U m ¢ d W U c Z c 2' c V U _C V C V V p C4 m CO d m N d 'C m1 to d 'a m R d N O C CL d C CL 'a'-. d C CL ;, d c 0. y p<h Z M O A (a E O w aJ E O N m E O W E w d z 2 z Q z = z Q z Z z Q z = z Q o0 C) t ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ m k w 0 d a� d � L W c m c m c c w� Q c m 0 m 0 � Ecc � �- LL. ID d LL a) LL. d d ❑ E c ❑ E c ❑ c ❑ E c CQpp �lyypp Qp l0 Q (0 Qp� (Q U •; N Cf .� N fa O U N a cc ¢ 0 2 ¢ a ci 2 a s c) c at w co co U ❑ ❑ ❑ 0 i ) U 0X C 1-' asX c d �i P 0 a) d F" O L 0 U 0 z F- 0 0 z r O d a z 0 t 0 z 0 ULJLJLj U U OEIEJEJ U O N u0 d E .. .. CL (n z a N w a = J O c a O i (A N CO d c p O W (7 N N N u Cl) V a p CL j CL a •m �° a? N c0 J2) a? 00 0.�0 d Laap) M M�, M d Mc a N `-0w M (� Cl) wZr _ N 0 c - tip m na v p_ M (`n'uZnd oO 0 c o z =p o z > > o z ai 2 w 4- U =) 0 C.) M 4- Cl) C.) M vN N 0 o 2a U Cl) m COO >- a. a CL m ~ tiCA Z < ~ U Z < Win. Z 4 > Z w d o 0 d d C1 C O O *• C7 n oLL a s a t 0� � Qc) afar ,, O c C� � O 0 w N w Cl) N 0. � O d ` LO O w O ` h 0) t _p � O (�], (n a 'a O � N N Ih d cm _ Lo � v C ai W� N V Q N O S N >( 0 CO a aQ ~ N p O CL a JJ II-- V C M N 0 0� o L ti � O T c0 �'_ OP 00- M Na Q 0 (D T 02 ajN d G EL z o In CO Co � L - m M C o O N LO U zU 00 p Oo LO �- O ad M Q E 2 F- a- t .� 7 � E W►- a> c d C d c d c ? zv z d z d z a) z d V N a N a N a N a c N N + N N f+ N N 4+ N N 4+ E.I 0) N (� d N V 0) N N (� d N G - (� ai N c d) c w C i c • ��+ c c c d _ (0 N 'a O d c U! 'a O ro C (%! •a O d c N m O .d c O m r E o = m .c E o -a r E o = v .c E o �r a m Q aW 0 m Q aw 0 m Q aw 0 on Q aW U < a H O U L N N W d p p C y c _ _ Ua O V O �_ O c O O C oM Q Q C E c� 3 co o 3 ` OCL �oaxi Sa3 � C: O w0 -0 CoN i=. O a co O a) C wCo M E 7 3 w d: a) . +•••CA L U C ca (� "0 CA cd N 0 N O 'd ao 0 .9c3 N M co a ,a t.. C l6 � 0 0 N -0 •N ra) O C .n N to O C) a o p `� O N r N o u� o0 o o � o 'E 3 m d o c0 c0 aim UAu) }, E x «: macvc d' co N 04 co ` O � `J � Q U) d �O a O N M a 0 +� U� -C u as = U O COO (D 64 EA O ca E a) p a 3 p C L C C a O U cM L Ln a U Q , C a) �0 O t v- C E co .Y LL _ � U C •• O w �] w Z t1I 7 U .a I— ) Z E v cV = Q d r a o rn s aa) o , � C a@ Q N c oaw ` >, ` _, � a a tL w ) aN c o < W a- O O t o U C C c a) a O 4) W .— co w •� U j a z L o cm ` � a a) Wcr m O C �i as a as O W cv ,fl ` in a E co u, a) c >%n d o oQjo � rnccop` cav0- _ a Co` J � � � u Mc 5 U U C m U W •C a c o v a W V a a) O N c U p + d C O o - N c o mo 0 w_ 2 : 4- o -0 0 > O Q a) L. O � u) mu) a o �,' W LL 0 a p O a) O L U - W W Q cr N a c 4 N oc -aai !L C C L '0 a CA ILu) U 0 a — � � _c c: cn j = `� +� O N c: 'D E A! V C d ♦r C 4- N C N > !t C m O 'a d a .O L CAN 4" 4c-u 3 N C F- N O E -a 'o R1 U m ai a U m x uj c c c Q CO UZ Y 0 L -a ca E War co c O � c C0 0 0 mrn AE uct) cicn 0- 04- c4) o a o c O = oa) 'cEau O O O aX? L "O a) x O a to 0 N a) ••- a E E E Q 3maUa = o � atn c ccuo O ¢ ¢ ¢ � � 0 0 3 �' °° � � o in ao ,U oE >.}? c c aaaa U � o cv m m O a -a c° c° rn cc U -C o c c) d o `0 0 o o tan E a in ? o o >% a) j _ E co Y CL o w e � O Q O a c a�i o ca m p -0 E a=' Z O - °Q)N O O O O L c) a X C C O E L N 7 5 tll� co O a) Co c v a o U a m t w o rrrr c � Y o I- o U 0 +. >' co 'aC'. 0 C U EO M -0 �. o co L c �l a a a Y Q F- V N Q a' U o w a. FORT WORTH® 1o32s2-2 PROJECT# BID# `y I (B Ap0Icable Please Check One) Atnendmerd❑ Change Order❑ Business Equity Division LETTER OF INTENT A.Business Equity Sub-Contractor/Consultant Information: A certified Business Eguity firm Is owned by a Minority or Woman Business Enterprlse(M/WBE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise(DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required- Do not leave blank. 1. Name of Project: Westside III/IVN Transmission Mains - Markum Ranch to Aledo Road 2. Name of Offeror/Prime Contractor.McKee Utility Contractors, Inc. 3. Name of Business Equity Firm: GJ Seeding Address: 1080 S Budeson Rd Burleson,TX 76028 Firm Contact Name/Phone: Gayle Juraschek/817-426-82EW 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify'suppty'or'install'or both): Supply/Inew NAICS Code: V L•7,7 9-b S^t. 1 7 9.0 In the amount of$ 17.144.76 Abigail Deary GJ Seeding, LLC (0 ner/Authori d Agent)Type or pr ame (Name of certified Business Equdy Firm) 09/19/2022 (Sig at of Own er/Authotlz d Agent of certified Business Equity Firm) (Date) gjseeding@gmail.com 817-426-8284 tad ) (Phone Number) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that `f *w am the duly authorized representative of �J I (Oe�nedAWAoded Aeart) � 4.e.0 0�; ( ,W�1,6 f S C-• and that I have personally reviewed the material and facts (Name ONerorlPrtme) set forth in this Letter of Intent. To the best of my knowledge,information and belief,the facts in this form are true,and no material fans have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,and that I am authorized on behalf of the Offeror/Prime to make the affidavit. t d�f lu -(c.�- ll�l ec (Owner/Authoriz Agen or rint Name ( ame of 0 ror/pr me) q 1-1A 2a (Signature of Own uthorized A nt) (Date) —T (Eind ) �— Phone Nmtbw) Department of Diversity and Inclusion Effective O M /2021 Business Equity Division Revised.6-8-21 Email:DVIN .80v Ph:817-392-2674 Minority Business Enterprise (MBE) e G.J. Seeding, LLC G.J. Seeding, LLC has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise(MBE)Policies& Procedures and is hereby certified to provide service(s)in the following areas: NAICS 221310:WATER SUPPLY AND IRRIGATION SYSTEMS NAICS 236220: BROADCASTING STATION CONSTRUCTION NAICS 237110: IRRIGATION PROJECT CONSTRUCTION(EXCEPT LAWN) NAICS 423390:SILT FENCE AND OTHER FABRICS(E.G., FOR EROSION CONTROL)MERCHANT WHOLESALERS NAICS 561730: HYDROSEEDING SERVICES(E.G., DECORATIVE, EROSION CONTROL PURPOSES) NAICS 561730: LANDSCAPING SERVICES(EXCEPT PLANNING) NAICS 561730: LAWN MULCHING SERVICES NAICS 561730:SOD LAYING SERVICES This Certification commences August 1,2022 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit.At any time there is a change in ownership,control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: August 31, 2024 Issued Date: August 1, 2022 CERTIFICATION NO. HMMB67243NO824 Certification Administrator FORT WORTH. 103292-2 PROJECT# BID# (If Applicable Please Check One) Amendment❑ Change Order❑ Business Equity Division LETTER OF INTENT A.Business Equity Sub-Contractor/Consultant Information; A cerdfled Business Equity firth is owned by a Minority or Woman Business Enterprise UWBE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, cerlified Business Equity firms participating under the Ordinance must be cerfified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, hic (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation(TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE)by the NCTRCA and/or TXDOT only.) All Fields are Required- Do not leave blank. 1. Name of Project: Westside III/IVN Transmission Mains - Markum Ranch to Aledo Road 2. Name of Offeror/Prime Contractor, McKee Utility Contractors, Inc. 3. Name of Business Equity Firm. Industry Junction Address: 3427 W Kingsley Sto 6&7 Garland,TX 7 Firm Contact Name/Phone: Rogelio Cabello/214-680-9655 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify"supply'or"install"or both): Supply: Pipe, Valves, Fittings Etc. NAILS Code: 423700 In the amount of S Rogelio,Cabello Industry Junction, Inc. (Owner)Autho nt) poor ,int o (Name of Certified Business EWiy Firm) i a 09/20/2022 (Signature of Owner/Authorized Agent of Certified Business Equity Firm) (Date) ro$etio.cabeAo(Qindustry jtinction.com 972-926-3526 (EMI Addreea) (Phone Number) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that. N' A t4 am the duty authorized representative of Pwn*dAW*rbPdAgw4 3n� .v,*C-, and that I have personally reviewed the material and facts (Ns1 of 090ndoft4li set forth in this Letter of Intent To the best of my knowledge,information and belief,the facts in this form are true,and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entily that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct,aann 'at I am authorized on behalf of the Offeror/Prime to make the affidavit. /� c (Owned Auth�iz A 9 Ty or Print Name (Name of 0 eroriprime) 4 9Z /7, (Signature of nerr u ho od Agent) (Date) �f�ody_�.r�9 l;liTtr�c 4 O, r- -S4 7- top run Nuntbe kpmlmenl 4I Nverady and Indusiun Nfrectis c Ir 1 or 2021 liusiMs heprily pivisiorr ?mail:IWI\ EA Alic0i forl%%orlhlecas Lstn Rc�i+ed.G-R-.1 1 I'Ii:817-392.2674 Disadvantaged Business Enterprise (DBE) e Industry junction, Inc. Industry Junction, Inc. has filed with the Agency an Affidavit as defined by NCTRCA Disadvantaged Business Enterprise (DBE)49 CFR Part 26 and is hereby certified to provide service(s)in the following areas: NAICS 423510:CABLE,WIRE(EXCEPT INSULATED),MERCHANT WHOLESALERS NAICS 423610:ALARM APPARATUS, ELECTRIC, MERCHANT WHOLESALERS NAICS 423720: PLUMBING AND HEATING EQUIPMENT AND SUPPLIES(HYDRONICS) MERCHANT WHOLESALERS NAICS 423830: INDUSTRIAL MACHINERY AND EQUIPMENT MERCHANT WHOLESALERS NAICS 423850: SPRINKLER SYSTEMS, FIRE, MERCHANT WHOLESALERS This Certification commences April 13, 2022 and supersedes any registration or listing previously issued. This certification must be updated annually by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Ae*as Vfl (� Np, 1 Issued Date: April 13, 2022 fUCY CERTIFICATION NO. HMDB98059YO423 r/ m 1% �S 0$ *460 Qt Certification Administrator GC-6.07 Wage Rates CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Tra nsit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I03292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 From: David Knight<davidknight@bkvcorp.com> Sent: Monday,April 11, 2022 4:06 PM To: Nelson,Joey Cc: Igo, Chris Subject: RE: Fort Worth Waterline Crossing with BKV Barnett Categories: External You don't often get email from davidknight@bkvcorp.com.Learn why this is important Joey: It is a polyline. Also—I reviewed this with the operations group, and we do not see any issues with the crossings based on your KMZ file of the proposed alignment, and the plan sheets. Thanks, David Knight Surface Landman BKV Corporation D. 940.208.1924 1209 County Road 1304 C. 940.210.3182 Bridgeport, TX 76426 bkvcorp.com MA oBKV From: Nelson,Joey<Joey.Nelson@kimlev-horn.com> Sent: Monday, April 11, 2022 2:22 PM To: David Knight<d avid knight@bkvcorp.com> Cc: Igo, Chris<chris.igo@kimlev-horn.com> Subject: RE: Fort Worth Waterline Crossing with BKV Barnett David, I know you're still reviewing the plans we sent over, but we wanted to verify the pipe material of that Saltwater Line in the meantime. We have it shown as a 6" Cast Iron pipe—is that accurate? Thanks, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 From: David Knight<davidknight@bkvcorp.com> Sent: Wednesday, April 6, 2022 9:42 AM To: Nelson,Joey<Joey.Nelson@kimleV-horn.com> Cc: Igo, Chris<chris.igo@kimley-horn.com> Subject: Fort Worth Waterline Crossing with BKV Barnett Some people who received this message don't often get email from davidknight@bkvcorp.com. Learn why this is x important Joey: I received the email below from our Owner Relations group. Once I have been able to review the scope of this project I will get back to you as soon as I can. Thanks, David Knight Surface Landman BKV Corporation D. 940.208.1924 1209 County Road 1304 C. 940.210.3182 Bridgeport, TX 76426 bkvcorp.com : BKV From: Nelson,Joey<Joey.Nelson@kimleV-horn.com> Sent: Monday, March 28, 2022 4:52 PM To: BKV Land Owner Relations<bkvland@bkvcorp.com> Cc: Igo, Chris<chris.igo@kimleV-horn.com> Subject: Fort Worth Waterline Crossing with BKV Barnett Good afternoon, The City of Fort Worth is installing two new 36-inch waterlines and a 42-inch that will cross a saltwater line under BKV Barnett's ownership on the west side of Fort Worth. We are showing 3 crossings with 6- 10 ft of clearance in between 1-20 and Aledo Rd,just west of Markum Ranch Rd E, and we are showing 1 crossing south of Aledo Rd with 14 ft of clearance. Attached is a location map, KMZ file of the proposed alignment, and our plan sheets showing the crossings. Please let us know if y'all have a utility crossing form we need to fill out, if y'all have specific crossing requirements, or if you need anything else from our end. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 CONFIDENTIALITY NOTICE--This email is intended only for the person(s) named in the message header. Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from disclosure under applicable law. If you have received this message in error, please notify the sender of the error and delete the message.Thank you. CONFIDENTIALITY NOTICE --This email is intended only for the person(s) named in the message header. Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from disclosure under applicable law. If you have received this message in error, please notify the sender of the error and delete the message.Thank you. From: Charles Vaughan <CharlesVaughan@bkvcorp.com> Sent: Wednesday, August 17, 2022 10:55 AM To: Nelson,Joey; Cameron Cook; Kenny Williamson; Randy Darville Cc: Igo, Chris;Tatum,Jenifer; Warchesik, Shelby Subject: RE: Fort Worth Walsh Property Gas Line Crossings Attachments: Plan &Profile Sheets.pdf; Barnett Gathering Crossings-Overall Layout.pdf Categories: External Joey BKV Midstream LLC has reviewed the two attached plan sheets for crossings and approve of the separations at each crossing Please note I have also attached the contractor agreement sheet that will need to be signed and returned before construction starts.. Randy Darville will be the field contact for the contractors his number is 817-228-6912 he will need to be contacted 24 hrs before construction begins Thanks From: Nelson,Joey<Joey.Nelson@kimley-horn.com> Sent: Monday, August 15, 2022 4:14 PM To: Charles Vaughan <CharlesVaughan@bkvcorp.com> Cc: Igo, Chris<chris.igo@kimley-horn.com>;Tatum,Jenifer<Jenifer.Tatum@kimley-horn.com>; Warchesik, Shelby<Shelby.Warchesik@kimley-horn.com> Subject: RE: Fort Worth Walsh Property Gas Line Crossings Charles, Per your conversation with Chris Igo earlier this afternoon, please see below in regard to the City of Fort Worth waterline projects that Kimley-Horn is working on. Please let me know if you need anything else. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 From: Nelson,Joey Sent:Thursday,July 21, 2022 9:45 AM To: 'Charlesvaughan@bkvcorp.com' <Charlesvaughan@bkvcorp.com> Cc: Igo, Chris<chris.igo@kimley-horn.com>;Tatum,Jenifer<Jenifer.Tatum@kimley-horn.com>; Warchesik, Shelby<Shelby.Warchesik@kimley-horn.com> Subject: Fort Worth Walsh Property Gas Line Crossings Good morning Charles, I understand you've been in contact with Walter Norwood with the Fort Worth Water Department concerning the waterline projects on the west side of Fort Worth that conflict with Barnett Gathering gas lines, and he has sent over the attached table and layout. We were instructed to go ahead and reach out to you about our individual projects. I'm reaching out in regards to all the items with "Tatum, Kimley-Horn" listed as the Consultant PM in the Barnett Crossings Contacts excel file.These items include crossing numbers 1-3, 5-7, and 9. If all looks acceptable, could you send Letters(or single Letter if that's easier) of No Objection/Crossing Permits: one for items 1-1a, 2-3, 5-7, and finally one for item 9? Please let us know if you need anything else beforehand. Thank you, -1npy Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 From:Vaughan, Charles<charles.w.vaughan@exxonmobil.com> Sent:Thursday; March 10, 2022 10:35 AM To: Nelson,Joey<Joey.Nelson@kimley-horn.com> Cc: Igo, Chris<chris.igo@kimley-horn.com>; Cook, Cameron <cameron.cook@exxonmobil.com>; Williamson, Kenny<kenny.williamson@exxonmobil.com> Subject: RE: Walsh Property Gas Line Crossings Joey Per our discussion on the phone please look at removing steel casing or give more separation preferably 5ft or using a different protection cover over waterline. Thanks Charles Vaughan Supervisor Damage Prevention XTO Energy/Barnett Gathering Address: 4800 Blue Mound Rd. Forth Worth,Tx 76106 Cell: (817) 584-5371 Email: Charles.w.vaughan@exxonmobil.com From: Nelson,Joey [mailto:Joey.Nelson@kimley-horn.com] Sent:Thursday, March 3, 2022 12:54 PM To:Vaughan, Charles<charles.w.vaughan@exxonmobil.com> Cc: Igo, Chris<chris.igo@kimley-horn.com> Subject:Walsh Property Gas Line Crossings External Email -Think Before You Click Charles, Thank you for taking my phone call this morning.As we discussed, we're designing one 42-inch waterline and two 36-inch waterlines along the East property line of the Walsh property in between 1-20 and Aledo Rd—just South of the waterline you and Shelby Warchesik have previously coordinated on. We're showing a total of 9 crossings with 4 Barnett Gathering gas lines. Attached is a kmz of our alignments along with a few sheets from our 60%design set showing the profiles for these crossings. Please let me know if you need anything else from our end. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 CONFIDENTIALITY NOTICE--This email is intended only for the person(s) named in the message header. Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from disclosure under applicable law. If you have received this message in error, please notify the sender of the error and delete the message.Thank you. B KV 1200 17th Street Ste. 2100 Denver, Colorado 80202 bkvcorp.com 3rd Party Line Crossing Date: Line Type: Watch job: Ticket# Crossing: GPS: Line Owner: Name of Line: Line Size: BKV Point of Contact: Phone Number: Contractor: Contractor Point of contact: Phone Number: It is agreed that you,the contractor representative,will do the following as prescribed: • After state One Call Laws have been completed,contractors must notify BKV 24 hours prior to any excavation. • Contractor will not excavate within 15 feet of a BKV Line without a BKV representative on site.All BKV policies and procedures are to be completed first. • All third-party encroachments on a BKV Line must request written approval from Land and Legal Dept. When both parties agree on encroachment. BKV Line must be hand dug or hydro-vac to expose Line before mechanical excavation starts. • At a minimum BKV requires Contractor to follow BKV's Utility and Construction Requirements. See attached. • Contractor will not leave BKV Lines exposed for more than 24 hours. Exceptions are to be coordinated in writing with BKV. • Any changes in the plan agreed to with BKV, must be coordinated with the BKV contact above. • The Contractor shall be liable for any and all damages to BKV Line or other facilities caused by the operations of the Contractor,and the Contractor agrees to protect,defend, indemnify and hold harmless BKV and its affiliates from any such damage. By signing below,you,the Contractor representative, agree to the above terms.Any Questions on above info please contact:Charles Vaughan 817 584 5371 Contractor Representative's Name: Contractor Representative's Signature: Date: BKV Representative's Name: BKV Representative's Signature: Date: Notes and plans on reverse side of this document .00' B KV 1200 17th Street Ste. 2100 Denver, Colorado 80202 bkvcorp.com Utility and Construction Requirements At a minimum, BKV Midstream LLC requires the following: • Storm Drains: BKV will allow crossing under BKV Line at minimum 5 ft.separation. • Sewer Line: BKV will allow crossing above BKV at a minimum of 5 ft.separation,and it has to be in a casing of our choice,through the width of our easement. • Open Drainage/Water Swells Etc.: BKV will allow for crossing above Line in open cut with gabion rock • basket as long as BKV maintains 5 ft.cover between rock and Line Electric/Phone/Cable/Opt: BKV will allow all crossings in PVC casing and 5 ft.separation ' Water Line: BKV will allow all crossings with minimum 5 ft.separation • Streets/Sidewalks/Parking Lots: BKV will allow all crossings with minimum 10 ft.separation • Fence Post/Light Poles/Street Lights/Bridge Peers: BKV will allow drilling to be done after BKV Line is potholed and spotted with a minimum 5 ft.separation • House/trees/Swimming pools/Barns: BKV will not allow any of the listed items to be placed in ROW/Easement • Other Pipeline Crossings: BKV will allow all foreign operator of steel and metallic pipeline to cross under BKV at a minimum of 10 ft.separation • Crossing Angles:All crossings will be at angles between 45 and 90 degrees BKV will not be held liable for any repairs to streets/storm drains/gabions/waterlines/sewer lines,etc., if repairs or maintenance is needed to be done to BKV Line in the future. Please be advised,these are minimum guidelines and are subject to change at any time.Additionally,each specific circumstance differs and as an organization,we analyze the provisions and risks associated on a case-by-case basis. This list is intended to be a starting point or at the most,a rough outline to assist in planning and as an outline for future discussions with BKV. Please consult with a BKV representative for specifics. TARRANT COUNTY FLOODPLAIN DEVELOPMENT PERMIT APPLICATION APPROVAL Permit No. 22-15 The Floodplain Development Permit Application submitted by Chris Igo (Kimley-Horn) and dated 04/26/2022, together with the accompanying documentation, if any, have been reviewed by the Tarrant County Floodplain Administrator. The Floodplain Administrator has determined that the Application for Proposed Development complies with the terms of Article 4 Section C of the Tarrant County Flood Damage Prevention Rules. Accordingly, Applicant is hereby granted a Floodplain Development Permit for the limited purpose of completing the Proposed Development as specified in the Floodplain Development Permit Application. This Permit expires on N/A , and Applicant will be required to submit another Flood Plain Development Permit Application for consideration and approval by the Floodplain Administrator if(1) Applicant desires to alter or change the Proposed Development from the specifications contained in the Application or (2) Applicant has not started or completed the Proposed Development by the expiration date of this Permit, but Applicant desires to go forward with starting or completing the Proposed Development. Because conditions and circumstances may change subsequent to the issuance of this Permit, Applicant is not guaranteed nor has the right to the approval and issuance of a subsequent Permit. APPROVED: EFFECTIVE DATE: T i' un dplain Adminis or i TARRANT COUNTY FLOODPLAIN DEVELOPMENT PERMIT APPLICATION INSTRUCTIONS: Complete all questions. If any item does not apply, indicate by place "NA" in the blank. DO NOT LEAVE ANY BLANK EMPTY. SECTION 1. OWNER INFORMATION PROPERTY OWNER'S FULL NAME: Farida Goderya (City of Fort Worth) Address: 200 Texas St. City: Fort Worth State: Texas Zip Code: 76102 Home Phone: Work Phone: (817) 392-8214 Cell Phone:(817) eMail Address: Farida.Goderya@fortworthtexas.gov 851-4910 Is the Owner a Corporation or Partnership? ❑Yes ❑X No If Yes,attach a letter on company stationery,signed by an authorized individual,authorizing the Applicant to file an Application on behalf of the company. SECTION 2. APPLICANT INFORMATION ❑ Same as Owner(if checked,skip to Section 3) APPLICANT'S FULL NAME: Chris Igo (Kimley-Horn) Applicant's Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State: Texas Zip Code: 76102 Home Phone: Work Phone:(817) 339-2258 Cell Phone: (806) 790-6987 eMailAddress: Chris.lgo@kimley-horn.com SECTION 3. SUBJECT PROPERTY INFORMATION Street Address for the Subject Property(if established)': 11970 Aledo Rd City: Fort Worth, TX Zip Code: 76126 Legal Description: NA Lot: Block: Subdivision Section or Phase: If not located in a subdivision: Survey: Henry Lane; Abstract: 928; Recorded(Vol/Page): 12624/92 SA & MG RR CO 1479 List the names of all roads by which the property can be accessed: Aledo Rd Total Current Land Area: 5,145.687 Acres Vicinity Map Attached? ❑x Yes ❑No Located in City ETJ: ❑ Yes ❑x No City Name: Fort Worth, TX 1 If a 911 street address has not been assigned to the Subject Property,the Applicant must contact the 911 Coordinator at(817) to obtain an address. SECTION 4. PROPOSED DEVELOPMENT: DEVELOPMENT OF LAND (Check all that are applicable): ❑Clearing ❑Fill ❑Mining ❑Drilling ❑Grading ❑Excavating(except for structural development checked above) ❑Watercourse Alteration(including dredging and channel modifications) ❑Road, Street or Bridge Construction ❑Subdividing Name of Subdivision: ❑X Construction of Utility Type of Utility: Water ❑Other(please specify): DEVELOPMENT OF STRUCTURES (Check all that are applicable): ❑X New Construction ❑ Relocation ❑ Demolition ❑ Addition ❑ Alteration ❑ Repair ❑ Remodel ❑ Replacement ❑ Other: STRUCTURE TYPE (Check all that are applicable): NA ❑ Habitable Structure: Living Area: sf #of Bedrooms: ❑Single Family Residence (1 family) ❑Multi-Family Residence(2-4 families) ❑Multi-Family Residence(more than 4 families) ❑Mobile/Manufactured Home Located in MHRC? ❑Yes ❑No ❑Recreational Vehicle ❑Commercial Type: ❑ Combined Use(Residential and Commercial): Type: ❑ Non-Residential ❑ Floodproofing Type: ❑ Floodproofing Certification Attached ❑Non-Inhabitable Structure(specify): ❑Garage ❑Storage Building ❑Barn ❑Other: TYPE OF FOUNDATION: NA ❑Building on Slab ❑Building on Piers, Piles or Columns ❑Building with Basement PROJECT COSTS: NA Estimated market value of the existing Structure: $ Estimated cost of proposed construction: $ If the cost of the proposed construction equals or exceed fifty percent(50%) of the market value of the existing Structure, "Substantial Improvement"provisions shall apply. Contact the Floodplain Administrator at(817)884-1250 before proceeding. SECTION 5. ENGINEERING STUDIES AND DOCUMENTATION FIRM Map Panel: 48439CO270K x❑ Zone A ❑ Zone AE Site Plan attached? x❑ Yes ❑ No Construction Plans attached? ❑x Yes ❑ No Certification by Registered Engineer or Architect attached? ❑x Yes ❑ No Base Flood Elevation: NA Elevation of Lowest Floor: NA How was BFE determined? NA ❑ Flood Insurance Study(FIS) Date: ❑ Flood Insurance Rate Map (FIRM) Date: ❑ Flood Elevation Study Date: ❑ Two-Foot Contour Map SECTION 6. CONSULTANTS: List all professionals involved in the preparation of this Application or any of the supplemental information provided herewith. Attach additional sheets, if necessary. REGISTERED PROFESSIONAL LAND SURVEYOR: Name: Michael Billingsley, RPLS (Kimley-Horn) Mailing Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State:Texas Zip Code: 76102 Work Phone:(817)900-8526 Cell Phone: (214)557-9845 Fax Number: entail Address: Michael.Billingsley@a kimley-horn.com PROFESSIONAL ENGINEER: Name: Chris Igo, PE (Kimley-Horn) Mailing Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State:Texas Zip Code: 76102 Work Phone:(817)339-2258 Cell Phone:(806)790-6987 Fax Number: eMail Address: Chris.lgo@a kimley-horn.com OTHER: Name: Joey Nelson, EIT (Kimley-Horn) Mailing Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State:Texas Zip Code: 76102 Work Phone:(682)386-1782 Cell Phone:(682)429-8167 Fax Number: entail Address: Joey.Nelson@a kimley-horn.com OTHER: Name: Mailing Address: City: State: Zip Code: Work Phone: Cell Phone: Fax Number: eMail Address: SECTION 7. OWNER/APPLICANT'S ACKNOWLEDGMENT AND CERTIFICATION: By my signature below, I acknowledge that I have read and understand the following: 1. No work of any kind may start until a Floodplain Development Permit is issued by Tarrant County. 2. The Development Authorization Permit may be revoked if any false statements are made in this Application or its attachments. 3. The Development Authorization Permit expires if work in accordance with this Application is not commenced within 12 months of issuance or if the work is not completed within 24 months of issuance. 4. If the Development Authorization Permit expires or is revoked for any reason,all work must cease until a new Permit is issued. The Applicant will be required to submit a new Application with accompanying fees. 5. It shall be unlawful to use,occupy, or permit the use or occupancy of any building, development, or premises, or any part thereof,hereafter created, erected, changed, converted, altered,or enlarged until the development is in compliance with the Tarrant County Subdivision and Land Use Regulations and Tarrant County Manufactured Housing Rental Community Regulations. b. Applicant may need other permits to fulfill local, state, and federal regulatory requirements. It is Applicant's responsibility to determine what permits are needed and to obtain these permits from the appropriate authorities. 7. Construction costs undertaken in accordance with this Application are Applicant's responsibility. Applicant is not permitted to erect permanent structures or signs on or over any portion of Tarrant County's right-of-way or within any established setbacks. 8. Applicant must construct the improvements in strict conformance with the plans and specifications submitted with this Application and as approved by Tarrant County. Failure to do so will result in Applicant being required to modify or re- construct the improvements at Applicant's cost. 9. Maintenance of improvements remains the Applicant's responsibility,and the County retains the right to require any changes,maintenance,or repairs as necessary to protect life or property. I hereby certify to the following: 1. I have carefully read the complete Application and all its attachments and certify that all documents submitted are true and correct. 2. There is no outstanding tax liability to Tarrant County on the Subject Property. 3. The Owner of the Subject Property, if different from the Applicant,has authorized the submittal of this Application. 4. As the Owner of the Subject Property or a duly authorized Applicant,I hereby grant permission to representatives of Tarrant County to enter the premises and make all necessary inspections and to take all other actions necessary to review and act upon this Application. Signature: h p'� �.Lc. Print Naive: f � Date: __ _ dy��G/� CJ 0 0 tr m o 0 ' G 0E cn k \ § — E u n � kk . / L ! j 04 \�� g /\ E � � (\ D 1 0 V)! , � � § / \/ o � \ 0 < 2 2 3 _ ■ / R _\ \ llb« § 0) .& J ZD 0 WE \C 2 2 a Cl) 6b! ■ } , w k Cl) 2 \ ± oD � « § R O q I l / m 2 \ p } 0 ` � � Ah2 $ C & � ■ % o k E e I ) LP 04910 ' 2 \ § O § 2 ƒ \ o £ a o � o S / 1` C�, � �� d �x� r 5 �`� �� s. Y a CL .� m A9p a « gg z mac $ Ei Ed ��$ E i 6 7S m +b m `o �rg 9 _ L ■� C s � ■ Y 4 °cc ; j *� �- � e E o= v$ p' V ■ NNr+ ytyQ� YS O t tY 7m C V Cc i t yyNe�t r c v Y ■ +e o s !! � ca s `o m ''6 c cfo i3 A S W $ e� 3 3 d i z �_ o$ � n EroLL 'Y' + a Na ,t r C C L =9 ... ie ■ J� S $ v .! v �a c Y a O+A O +A 1A U a d a O. � a WO J 9L � f �v a t.� 3e r�• o�� ae c� - m + + c + t } w - 75 Of o o FL oU. o. cu J LL o T m a N N R3 _ 0 o Q � co 0 UL. 75 0 .F� kn O o N cu n TARRANT COUNTY PERMIT TO CONSTRUCT DRIVEWAY FACILITIES ON COUNTY RIGHT OF WAY Permit No.: TO: Attn: The Tarrant County Commissioners Court,herein after called the County,hereby authorizes _herein after called the grantee, to (re) construct an access driveway/entrance on County right of way abutting County Road in Tarrant County,Texas. Subject to the following: 1. All driveway culvert pipes shall be reinforced concrete pipe. 2. The maximum length for a culvert pipe installed is 48 feet. 3. All construction and materials shall be subject to inspection and approval by the County. The County reserves the right to remove any installation that does not comply with the Property Access & Culvert Policy. 4. Maintenance of facilities constructed hereunder shall be the responsibility of the grantee, and the County reserves the right to require any changes, maintenance or repairs as may be necessary to provide protection of life or property on or adjacent to the highway. Changes in design will be made only with approval of the County. 5. The Grantee shall hold harmless the County and it's duly appointed agents and employees against any action for personal injury or property damage sustained by reason of the exercise of this permit. 6. The permit holder shall assume full responsibility for notification, coordination and relocation of utility facilities impacted by the proposed access. 7. This permit will become null and void if the above-referenced driveway facilities are not constructed within six(6)months from the issuance date of this permit. 8. The Grantee will contact the County representative Tarrant County Transportation Services,telephone 817- 884-1250,at least twenty-four(24)hours prior to beginning the work authorized by this permit. The undersigned hereby agrees to comply with the terms and conditions set forth in this permit for construction of an access driveway on the county right-of-way. Signed: Address: Date: Contact Number: Approved for Tarrant County Date: GR-01 60 00 Product Requirements CITY OF FORT WORTH WESTSIDE III/IVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE IIIIIVN TRANSMISSION MAINS—MARKUM RANCH PS TO ALEDO RD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103292-2 Revised July 1,2011 PROJECT DATE:AUGUST 2022 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT r� STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer i e lac er than 15 inch diameter shall be a roved for use by the Water Department on a ro'ect Specific basis.Special beddin ma be re tired for some i es. Approval S1• I In Manufacturer Niodel \41. National Spec Water&Sewer-Manholes&Bases/Com onents 33-39 10 ev 2/3/1 07/23/97 3305 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/2WW 3305 13 Offset Joint for 4'Diam.MH Hanson Concrete Products Drawin No.35-0048-001 04/26/00 3305 13 Profile Gasket for N Diam.MH. Press-Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech,Inc HOPE Adjustment Ring Traffic and Non-maffic area 5113105 33 05 13 Manhole External Wi,ap Canusa-CPS Wra idSeai Manhole Enea sulation System Water&Sewer-Manholes&BaseslFiber lass 33-39-13 1/8/13 1/26/99 1 33 39 13 lFibeglass Manhole Fluid Containment,Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 1 3339 13 Fiber lass Manhole L.F.Manufacturing Non-nafHc area Water&Sewer-Manholes&Bases/Frames&Covers/Rectan lar 33-05-13 ev 2t3/1 33 05 13 Manhole Frames and Covers Western Iron Works,Bass&Ha Found 1001 24"x40"WD Water&Sewer-Manholes&Bases/Frames&Covers/Standard oun 33-05-13 ev 2/3/1 F33 Manhole Frames and Covers Western Iron Works,Bass&Ha Found 30024 24"Dia, Manhole Frames and Covers MCKml Iron Works Inc A 24 AM 24"Dia. 08/24/18 Manhole Frames and Covets Neenah Found R-1272 ASTM A48&AASHTO M306 24"Dia. 08/24/18 Manhole Frames and Covers Neenah Found R-165-LM Hin ed) ASTM A48&AASHTO M306 24"Dia. 08/24/18 Manhole Frames and Covets Neenah Found NF 1274 ASTM A48&AASHTO M306 30"Dia. 08/24/18 Manhole Frames and Covers Neenah Found R-1743-LM Hin ed ASTM A48&AASHTO M306 30"dia. Manhole Frames and Covets Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24"dia. 3305 13 Manhole Frames and Covers Neenah Casting24"dia. 10'31/06 3305 13 Manhole Frames and Covers(Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24"Na. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines Pamrex/rexus) RE32-R8FS 30"Dia. 01/3 V06 3305 13 30"bia.MH Ring and Cover East Jordan Iron Works V 1432-2 and V1483 Designs AASHTO M306-04 30"Dia. 11/02/10 330513 30"Dia.101HRin and Cover Sigma Co oration MH 1651 FWN&MH16502 30"Dia 07119/11 3305 13 30"Dia,MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30"Dia 08/10/11 33 05 13 30"Dia.MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30"Dia 30"ERGO XL Assembly 10/14/13 3305 13 30"Dia.MH Ring and Cover(Hinged&Lockable East Jordan Iron Works with Cam Lock/MPICIT-Gasket ASSHTO M105&ASTM A536 30"Dia 06/01/17 3405 13 30"Dia.MH Ring and Cover(Hinged&Lockable)CI SIP Industries 2280 32" ASTM A 48 JOIN.. CAP-ONE.30-FTW,Composite,w/Lock 09/16/19 3305 13 30"Dia.MH Ring and Cover Composite Access Products,L.P. w/o Hin 30"Dia. 10/07/21 3405 13 30" is.MH Ringand Cover Trumbull Manufactunn 32"30" Frame and Cover 30"Dia. Water&Sewer-Manholes&Bases/Frames&Covers/Water Ti ht&Pressure Ti ht 33-05 13 ev Z/3/1 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24"Dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24"Dia. 3305 13 Manhole Frames and Covers Western Iron Works,Bass&Hays Faun 300-24P 24"Dia. 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24"Dia. 03/08.'00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24"Dia. 04./20/01 3305 13 Manhole Frames and Covers (S]P)Saamporc Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. 4p—milt Water&Sewer-Manholes&Bases/Precast Concrete ev M/13 ;_ _P ' 33 39 10 Manhole,Precast Concrete Hydro Conduit CorpSPL Item#49 ASTM C 478 48" 33 39 10 Manhole,Precast Concrete Well Concrete Pipe Co.Inc. ASTM C-443 48" 09/23,96 33 39 10 Manhole.Precast Concrete Concrete Product Inc. 48"I.D.Manhole w/32"Cone ASTM C 478 48"w/32"cone 0508118 33 39 10 Manhole,Precast Concrete The Turner Company 48",60"I.D.Manhole w/32"Cone ASTM C 478 48",60" 10/27/06 3339 10 Manhole,Precast Concrete Oldeastle Recast Inc. 48"I.D.Manhole w/24"Cone ASTM C 478 48"Diam w 24"Ring 06/09/10 3339 10 Manhole,Precast Reinforced Pol er)Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48"to 72" 09/06/19 33 39 20 Manhole,Precast Concrete Fortera Pipe and Precast 60"&72"I.D.Manhole w/32"Cone ASTM C-76 60"&72" 10/07/21 3239 20 Manhole,Precast Concrete Forterra Pipe and Precast 48"I.D.Manhole w/32"Cane ASTM C-77 48" 10/07/21 33 39 20 Manhole,Precast Reinforced Pol er Concrete Arnorock 48"&60"I.D.Manhole w/32"Cone 48"&60" 10,07/21 33 3920 Manhole,Precast(Hybrid)Polymer&PVC Predl Systems 48"&60"I.D.Manhole w/32"Cone 48"&60"Non Traffic Areas Water&Sewer-Manholes&Bases/Rehah S stems/Cementitious _ • EI-14 Manhole Rehab Systems Quadex 04/23;01 EI-14 Manhole Rehab Systems Standard Cement Materials,Inc. Reliner MSP EI-14 Manhole Rehab Systems AP/M Permafom, 4/20/01 EI-14 Manhole Rehab Synern Strong Company Strong Seal MS2A Rehab System 5,12/03 EI-14 Manhole Rehab System Liner) Poly-tri lox Technoloies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete R air FlexKrete Technologies Vinyl Polyester Repair Product Mise.Use Water&Sewer-Manholes&Bases/Reliab S ste1nSs Cementitious 05/20/96 EI-14 Manhole Rehab Systems S ra Spray Wall Po rethane CoatingASTM 13639ID790 EI-14 Manhole Rehab System, Sun Coast For Exterior Coating of Concrete 12/14/01 Craningfor Corrosion rotection Exterior ERTECH Series 20230 and 2100 As hatic Emulsion Structures Only 01/3 U06 Coatings for Corrosion Protection Chesterton Are 791,SI HB,SI S2 Acid Resistance Test SewerA lications 8/28/2006 Coatingsfor Corrosion Protection Warren Environmental S-301 and M-301 Sewer A lications 08/30/06 Coati n s for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer A lications 33 OS 16,33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 333920 Coating f Corrosion rotecucn(Exterior Sherwin Williams Grade As hatic Emulsion) Structures Only •From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer laipq iar er than 15 inch diameter shall be a larovedtorusebvthe Water De artrnent on a rood s ecific basis.S ecial beddin ma be re aired for some ' es. Approval St• J. Classsitication Manufacturer ModelI. National Spec Water&Sewer-Manhole inserts-Field O erations Use Only(Rev 2/3/1 3305 13 Manhole Insert Knutson Enterprises Made to Order-Plastic ASTM D 1248 For 24"dia. 3305 13 Manhole Insert South Western Packaging Made to Order-Plastic ASTM D 1248 For 24"dia. 33 05 13 Manhole Insert Noflow-Inflow Made to Order-Plastic ASTM D 1248 For 24"dia. 09/23/96 330513 Manhole Insert Sou[hwes[em Puking&Seals,Inc. Lifesaver-Stainless Steel For 24"dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing&Seals,Inc. TetherLok-Stainless Steel For 24"dia 4k� Water&Sewer-Pi a Cataing Sliscers 33-05-24 07/01/13 11/04,'02 Steel Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 02/02,93 Stainless Steel Casing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stein less Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05110,11 Stainless Steel Casing Spacer Powerscal 1810 P.werchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steep 03/19/18 Casing Spacers BWM F&12Caai.g Sp—(Coated Carbon Steel) for Non_pt—ure Pipe and Grouted Casing 03/29/22 33 OS 13 Casing Spacers CCI Pipeline Systems CSC 12,CSS12 Water&Sewer-Pines/Ductile Iron 33-11-10 1/8/13 " 33 11 10 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tice Ductile Iron Pressure Pipe, AWWA C150,CIS] 3"thm 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe(Bell Spigot) AW WA C150,C151 4"tlmu 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring(Restrained loin[) AWWA 050,CI51 4"thru 30" • 33 11 l0 Ductile Iron Pipe U.S.Pipe and Foundry Co. AW V A C 150,C151 • 33 11 10 Ductile Iron Pipe Mc Wane Cast Iron Pipe Co. AWWA C150,Cl 51 Water&Sewer-Uti1ijj Line Marker 08/24/2018 Sewer-Coatin /E o 33-39-60 01/08/13 02/25'02 lEnoxv Lining S [ern Sauereisen.Inc S—Gard 21 ORS LA Count #210-1.33 12/1401 EDoxy Lining Systenn Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14iO5 In[etior Ductile Iron Pipe Coating Induron Protect.401 ASTM 13-1 17 Ductile Iron Pipe Only 01/31/O6 Coatings for Corrosion Protection Chesterton Arc 791.SI HB,SI,S2 Acid Resistance Test Sewer ADDlications 82812006 lCoatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer-Coatin s/Pol rethane Sewer-Combination Air Valves 05/25/18 33-31-70 lAir Release Valve A.R.I.USA,Inc. Dn25LTP02 Com unite Body) 2" Sewer-Pi es/Conerete EI-04 lConc.Pire.Reinforced Wall Concrete Pirc,Co.Inc. ASTM C 76 EI-04 Conc.Pipe,Reinforced Hydro Conduit Corporation Class III T&G,SPL Item 477 ASTM C 76 EI-04 1C.c.Pipe,Reinforced Hanson Concrete Products pira ASTM C 76 EI-04 Conc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Sewer-Pi a EnIsrment Svstern ethod 3-31-23 01/18/13 PIM S tern PIM Corporation Pol th Iene PIM Co Piscata Way,N.J. A roved Previous) McConnell S [ems MCLat Construction Pol th Iene Houston,Texas A roved Previous) TRS S toms I Trenchless Replacement S tom Pol th Irne Calgary,Canada ADoroved Previous) Sewer-Pine e ass Reinforced fine 33-31-13 i/8/13 7/21/97 33 31 13 Cent.Cast Fiber lass(FRP) Hobas Pipe USA,Inc. Hobas Pi Non-Pressure ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pie l FRP Ameron Bondwand RPM Pine ASTM D3262/D3754 04,09/21 Glass-Fiber Reinforced Pol er Pie(FRP) Thompson Pipe Group Thom son Pipe lFlomite) ASTM D32621D3754 4/14105 P.1yrner Modified Concrete Pie Amitech USA Moyer Polycrete Pie ASTM C33,A276,F477 8"to 102",Class V 06.'09/10 EI-9 Reinforced Polymer Connote Pie US Composite Pitne, Reinforced Polymer Concrete Pie ASTM C-76 Sewer-Pi es/fMPE 33-3123 1/8/13 Hie[-densit of eth ene nine Phillips Disco i e,Inc. O timre Ductile Pol th Iene Pie ASTM D 1248 8" Hi l-densim nolvethviene nine Plexco Inc. ASTM D 1248 8" Hi h-densi of th Iene i e Poll Pi e,Inc. ASTM D 1248 8" Hi h-densi I eth Iene i CSR H o Conduit'Pi line S toms McConnell Pie Enlar ement ASTM D 1248 Sewer-Pi es/PVC(Pressure Sewer 33-11-12 4/1/13 12102/11 33-I1-12 DR-14 PVC Pressure Pipe Pipelife letstream PVC Pressure Pipe AWWA C900 4"tluu 12" 10/22,'14 33-1I-12 DR-14 PVC Pressure Pipe I I Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4"thru 12" 'From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer i e tar er than 15 inch diameter shall be a roved for use b the Water De artment on a ro'ect s ecific basis.S ecial beddin ma be re aired for some i es. Approval St• No. I l s• No. tSpec Size Sewer-Pi es/PVC*33-31-20 7!1/13 ' 33-31-20 PVC Sewer Pi 1-M ManufacturingCo.,Inc.QM Eagle) SDR-26 ASTM D 3034 4"-15" 12/23/97' 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 ASTM D 3034 4"thou 15" 33-31-20 PVC Sewer Pie Lamson V Ion Pi ASTM F 789 4"thou 15" 01/18/18 33-31-20 PVC Sewer Pie Vin(tech PVC Pi GravitySewer ASTM D3034 4"thru 15" H/11/98 33-31-20 PVC Sewer Pie Diamond Plastics Corporation "S"Gravi Sewer Pie ASTM F 679 18"to 27" 33-31-20 PVC Sewer Pie J-M Manufacturing Co,Inc.OM Eagle) SDR 26/35 PS I IS/46 ASTM F 679 I8"-28" 09/11/12 33-31-20 PVC Sewer Pipe i life Jet Stream SDR-26 and SDR-35 ASTM F-679 Is" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 1811 to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034 D-1784 etc 4"-15" 33-31-20 PVC Sewer Fittings Plastic Trends,Ina(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pie Pi.life Jet St'_ SDR 35 ASTM F679 I8".24" 3/19/2018 33 31 20 PVC Sewer Pie Pi sli&Jet Stream SDR 26 ASTM D3034 4"-15" 3/29/2019 33 31 20 G.Aeted Fittings(PVC) GPK Products,Inc. SDR 26 ASTM D3034/F-679 4"-IS" 10/21/2020 33 31 20 PVC Sewer Pie NAPC Westlake SDR 26 ASTM D3034 4"-15" 10/22/2020 3331 20 PVC Sewer Pie Sanderson Pipe Corp SDR 26 ASTM D3034 4"-IS., 10/21/2020 3331 20 PVC Sewer Pie NAPC estlake SDR 26/35 PS 115146 ASTM F-679 18"-36" Sewer-Pi es/Rebab/CIPP 33-31-12 Ol/18JI3 - Cured in Place Pie Insituform Texark,Inc ASTM F 1216 05/03/99 Cured in Place Pie National Envirotah Group National Liner,SPL Item#27 ASTM F-1216/13-5813 05/29/96 Cured in Place Pie 111,nold,Inc/Inling Tcehnol Inliner USA)l Inliner Technology ASTM F 1216 Sewer-Pines/Re b/Fold&Form Fold and Form Pie Cullum Pipe Systerns,Inc. 11/03/98 Fold and Form Pipe Insituform Technologies,Inc. Insitufor n"NuPI e" ASTM F-1504 Fold and Form Pipe American Pipe&Plastics,Inc. Demo.Purpose Only 12/04/00 Fold and Form Pi Ulualiner Ultralina PVC Alloy Pi eliner ASTM F-1504,1871,1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter Sewer-Pines en Profile Large Diameter 09/26/91 EI00-2 PVC Sewer Pipe,Ribbed Lamson V lon Pie Carlon V Ion H.C.Closed Profile Pipe, ASTM F 679 18"to 48" 09/26/91 E100-2 PVC Sewer Pipe,Ribbed Extrusion Technologies,Inc. Ultra-Rib Open Profile Sewer Pie ASTM F 679 18"to 48" EI00-2 PVC Sewer Pipe,Ribbed U onor ETI Cam an 11/10/10 EI00-2) Pol ro lens(PP)Sewer Pipe,Double Wall Advanced Drainage Systems(ADS) SaniTite HP Double Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 EIOO-2) Pol ro lens PP Sewer Pipe,Triple Wall Advanced Drainage Systems(ADS) SaniTite HP Triple Wall Pie ASTM F 2764 30"to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24"to 72" Water-Alonurtenanees 33-12-10 07/01/12 01/I8/18 33-12-10 Double Strap,Saddle Romac 202NS Nylon Coated AWWA C800 V-2"SVC up to 24"Pi 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12AO Double Strap Service Saddle Mueller Corripany DR2S Doubly SS Strap DI Saddle AWWA C800 1%2"SVC,up to 24'Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT&61 OMT 3/4"and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B,4604B,61 OOM,61(IOTM and 6101 M I'A"and 2" FB600-7NL,F016W7-NL-FV23-777-W-NL, 5/25/2018 33-12-10 lCurb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. L22-77NL A%VWA C806 T' FB600-6-NI,FB1600-6-N1-FV23-666-W- 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,L22-66NL AW1VA C800 1-1/2" FB6004-NL-FB16004-NI,011-444-WR- 5/252018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co.,Inc. NL,B22444-WR-NL,L28-44NL AWWA C800 I" B-25000N,B-24277N-3,B-2020ON-3,H- AWWA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.Ltd. 15000N,,H-1552N,H142276N ANSI/NSF 372 2" B-25000N,B-20200N-3,B-24277N-3,H- AWWA C800,ANSF 61, 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15000N,H-14276N,H-15525N ANSI/NSF372 1-1/2" B-25000N,B-2020ON-3,H-15000N,H- AWWA C800,ANSF 61, 5/25/2018 33=12=10 Curb Stops-Ball Meter Valves Mueller Co.,Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries,Inc. #406 Double Band SS Saddle 1"-2"Taps on up to 12" 0/5/21/12 33-12-25 IMIing Sleeve Coated Steep JCM Industries,Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30"w/12"Out 03/29/22 33-12-25 Tapping Sleeve Coated a Stainless Steep JCM Industries,Ine, 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Ta in Sleeve Stainless Steel Powerseal 3490AS(Flange)&3490M1 4"-8"and 16" 02/29/12 33-12-25 Ta in Sleeve Coated Steel Romac FTS 420 AWWA C-223 U to 42"w/24"Out 02,29,12 33-12-25 Ta in Sleeve Stainless Steel Romac SST Stainless Steel AWWA C-223 Up to 24"w/12"Out 02/29/12 33A 2-25 1122ing Slceve Stainless Steel Romac SST III Stainless Steel AW WA C-223 Up to 30"w/12"Out 05110,11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4"to 30" Plastic Meter Box wlCornpoxitc Lid DFW Plastics Inc. DFW37C-12-I EPAF FTW Plastic Meter Box w/Coropositc,Lid DFW Plastics Inc. DFW39C-12-1 EPAF FTW 08/30/06 Plastic Meta Box w/Coarposite Lid DFW Plastics Inc. DFW65C-14-1 EPAF FTW Class"A" Concrete Meter Box Bass&Hays CMB37-B 12 1118 LID-9 Concrete Meter Box Bass&Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass&Hal, CMB65-B65 1527 LID-9 Water-Bolts Nuts and Gaskets 33-11-05 01/08/13 'From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer i e lar er than 15 inch diameter shall be a roved for use l-y the Water De artment on a ro'ect s ecific basis.S ecial beddin ma be re wired for some i es. Approval Spec No. 1Model No. National Spec size Water-Combination Air Release 33-31-70 01/08l13 - -- - ____ _ . ' . ' El-I I Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" 240-float ASTM A 307-Cover Bolts EI-11 Combination Air Release Valve Multiplex Manufaauring Co. Crispin Air and Vacuum Valves,Model No. 1/2" 1"&2" El-1 I lCombination Air Release Valve Valve and Primer Corp. APCO#143C,#145C and#147C I",2"&3" Water-Dry Barrel Fire H drants 33-1240 O1/15/14 10/01/87 E-1-I2 Dry Barrel Fire Hydrant American-Darling Valve Dr—in Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-I-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No.94-18791 AWWA C-502 09/30/87 E-I-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01/12/93 E-I-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-I-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436 B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Sho Drawin No.D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawings N.6461 10/14/87 E-1-12 D Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Dewing FH-12 01/15/88 EI-12 Dry Barrel Fire Hydrant Mueller company A423 Super Centurion 200 AWWA C-502 10/09/87 E-I-12 Dry Barrel Fire Hydrant U.S.Pi e&F..dy Shop Drmwing No.960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No.SK740803 AWIVA C-502 08/12.16 1 33-1240 1 Dry Barrel Fire Hydrant EJ East Jordan Iron Warks WaterMaster 5CD250 Water--Meters 02/05/93 EI01-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4"-10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701,Class 1 3/4"-6" Water-Pines/PVC J&esstureiWater 3331-70 Ol/08l13 AWWA C900,AWWA C605, 01/18/18 33-I I-12 PVC Pressure Pipe Vin(tech PVC Pipe DR14 ASTM DI 784 4"-12" 3/19/2018 33 11 12 PVC Pressure Pie Pi life Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pie Pi life Jet Stream DRIB AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pie Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" A%VWA C900-16 12/62018 33 1 112 PVC Pressure Pipe J-M Manufietrm MSF ng Cm.Inc d/Wa 1M Eagle DR 14 UL N 4"11' ANSI UL 61 FM 1612 AWWA C900-16 12/62018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co.,Inc dlWa JM Eagle DR 18 UL ANSIMSF NSF 61 16"-24" FM 1612 9/62019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR 14 Fusible PVC AWWA C900 4"-8" 9/62019 33 11 12 PVC Pressure Pipe NAPCO(W.tlakc) DR18 AWWA C900 16"-24" 9/62019 33 1112 PVC Prasure Pipe NAPCO(Westlake) DR14 AWWA C900 4-12" 9/62019 33 11 12 PVC Pressure Pipe Sand—Pipe Corp. DR14 AWWA C900 4%12' Water-Pines/Valves&Fittin /Ductile Iron Fittings 33-1I-11 Ol/O8/13 07/23/92 EI-07 Ductile Iron Finings Star Pipe Products,Inc. Mechanical Joint Fittings AWWA CI53&C110 EI-07 Ductile Iron Fittings Griffin Pipe Products,Co. Mechanical Joint Fittings AWWA C 110 EI-07 Ductile Iron Fittings McWaneff ler Pi Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AWWA C 153,C 110,C 111 08/11/98 EI-07 Ductile Iron Fittings Simi Co. Mechanical Joint Fittings,SSB Class 351 AWWA C 153,C I10,C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWACI53 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co.'Uni-Flan a Uni-Flange Seri.1400 AWWA Cl I I/CI53 4"to 36" 05/14/98 EI-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flan a Uni-Flange Series 1500 Circle-Lock AWWA CI I 1/CI53 4"to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt,Inc. One Bolt Restrained Joint Fining AWWA Cl 11/0 16/053 4"to 12" 02/29/12 33-11-11 Ductile Iron Pie Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 1100(for DI Pipe) AWWA CII I/C116/CI53 4"to 42" 02/29/12 33-11-II PVC Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 2000(for PVC Pipe) AWWA Cl I I/C116/CI53 4"to 24" 08/05.r04 EI-07 Mechanical Joint Retainer Glands PVC Sim.,Co. Sigma One-Lok SLC4-SLCIO AWWACIII/CI53 4"to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands PVC Si a,Co. Sigma One-Lok SLCS4-SLCS 12 AWWA CI I I/CI53 4"to 12" 08/05/04 EI-07 Mechanical Joint Retsina Glands PVC Si a,Co. Sigma Om,Lok SLCE AWWACIII/CI53 12"to 24" 08!10/98 EI47 MJ Fittin s(DIP) Sigma,Co. Sigma One-Lok SLDE AWWA C153 4"-1" 10/12/10 EI-24 Interim Restrained Joint System S&B Techncial Products Bulldog System(Diamond Lok 21&JM ASTM F-1624 4"to 12" 08/16/06 EI-07 Mechanical Joint Fittings SIP Industries Seram Mechanical Joint Fittings AWWA CI53 4"to 24" 11/07/16 33-1 I-1 I Mechanical Joint Retainer Glands Star Pi Products,Inc. PVC Stargrip Series 40M ASTM A536 AWWA Cl 11 11/07/16 33-1 I-11 Mechanical Joint Retainer Glands Star Pipe Products,Inc. DIP St.grip Series 3000 ASTM A536 A%VWA CI 11 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Scram e) EZ Grip Joint Restraint(EZD)Black For DIP ASTM A536 AWWA Cl 11 3"18" 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Senmpore) EZ Grip Joint Restraint(EZD)Red far C900 ASTM A536 AWWA Cl 11 4"-12" DR14 PVC Pipe 03/19I18 33-11-11 Mechanical Joint Retainer Glands SIP Industriee(Serampme) EZ Grip Joint Restraint(EZD)Red for C900 ASTM A536 AWWA Cl I 16"-1' DR18 PVC Pipe •From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer nine larger than 15 inch diameter shall be a roved for use hv the Water Del2artment on a larciecat s ecific basis.S ecial bedding mny be re uired for some gipes. Approval t Water-PiloesNalves&Fittin slResilient Seated Gate Valve*33-12-20 05/13/15 Resilient Wedged Gate Valve wino Gears Amaican Flow Control Series 2500 Drawing#94-20247 16" 12,'13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 08/31/99 Resilient Wedge Gate Valve American Flaw Control Series 2520&2524 SO 94-20255) AWWA C515 20"and 24" 05/18,99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247 AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500(Ductile Iron) AWWA C515 4"to 12" 08/05/04 Resilient Wedge Gate Valve Amerium Flow Control 42"and 48"AFC 2500 AW WA C515 42"and 48" 05/23/91 EI-26 lResilient Wedge Gate Valve American AVK Company C—pany American AVK Resilient Seaded GV AWWA C509 4"to 12" 01/24.'02 EI-26 Resilient Wedge Gate Valve Amaican AVK Company 20"and smaller EI-26 Resilient Seated Gate Valve Kennedy 4"-12" EI-26 Resilient Seated Gate Valve M&H 4"-12" EI-26 Resilient Seated Gate Valve Mueller Co. 4"-12" II/08/99 Resilient Wedge Gate Valve Mueller Co. Seder A2361 SO 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for I S"-24"SD 6709 AWWA C515 24"and smaller 05/1 105 1 Resilient Wedge Gate Valve Mueller Co. Mueller 30n&36m,C-515 AWWA C515 30"and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42"&48",C-515 AWWA C515 42"and 48" 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16"RS GV SD D-20995 AWWA C515 16" 11/08/99 E1-26 Resilient Wede Gate Valve Clow Valve Co. Clow RW Valve SD D-21652) AWWAC515 24"and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30"&36"C-515 AWWA C515 30"and 36"Note 3 I1,30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24"to 48"Note 3 05/08/91 EI-26 Resilient Seated Gate Valve Stoekham Valves&Fittings AWWA C 509,ANSI 420-stem, 4"-12" ASTM A 276 Type 304-Bolts& EI-26 lResilient Seated Gate Valve U.S.Pipe and F—dry Co. Met—]250,nequirements SPL#74 3"to 16" 10/26/16 33-12-20 111esilient Seated Gate Valve EJ(East Jordan Iron Works) FJ Fl—Master Gate Valve&Boxes 08/24/18 Mateo Gate Valve Matco-Norm 225 MR AWWA/ANSI C115/An21.15 4"to 16" Water-Pi es/Valves&Fittin s/Rubber Seated Butte rtl Valve 33-12-21 07/10/14 EI-30 Rubber Seated ButterflyValve Heni Pratt Co. AWWA C-504 24" EI-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smal ler 1/]1/99 El Rubber Seated Butterfly Valve D—rik Valves Co. AWWA C-504 24"and lacer 06/12/03 EI-30 Valmatic American R,—fl Valve Valmatic Valve and ManufacturingCorp. Valmatic American Buttafl Valve. AWWA C-504 U to 84"diameter 04/06/07 E1-30 Rubber Seated Bunerfl Valve M&H Valve M&H Style 4500&1450 AWWA C-504 24"to 48" 03/19/18 331221 Rubber Seated Buna fly Valve G.A.Industries Golden Anderson AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water-Polveth lene Encasement 33-11-10 01/08/13 OS/12/OS EI-13 Pol eth ene Encasment Flexsol Packer in Fulton Ent rises AWWA C105 8 mil LLD 05!12l05 EI-13 Pol h lene Encasment Mountsin States Plastics MSP and AEP Ind. Standard Hardware AW W A C105 8 mil LLD 05/12/05 EI-13 Pol ah lene Encasment AEP Industries Bullstron b Cowtown Bolt&Gasket AWWA CI05 8 mil LLD 09/66/19 33-1I-11 Pal [h lene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water-Sampling Station 3/12/96 lWater Sampling Station Wata-Plus B20 Water Sampling Station Water-Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated FlushingS stem Mueller H dro uard HG2-A-IN-2-PVC-018-LPLG(Permanent) 04i09,'21 Automated Flushing System Kupferle Foundry Company Eclipse#9800wc 04/09'21 Automated Flushing System Kupf le Foundry Company Eclipse#9700(Portable) •From Original Standard Products List 5