Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 59067
I�»1 [CONFORMANCE {QT WORTH CONTRACT FOR THE CONSTRUCTION OF CM SECRETARY CONTRACT t. 3 WESTSIDE III — PHASE I — 42-IN C11 WATER TRANSMISSION MAIN N City Project Noe 102688 -1 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Walter Norwood, P.E. Project Manager Prepared for The City of Fort Worth Water Department November 2022 KimIe'» H orn Texas Registered Engineering Firm F-928 KHAN°. 061018380 OFFICIAL RECORD CITY SECRETARY t WORTH, TX WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO.: 102688-1 November 2022 Shelby Warchesik, P.E, Kimley-Horn and Associates, Inc. TIRE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 WESTSIDE III PHASE 1- 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO.: 102688-1 November 2, 2022 .*J «* 7. 09AIG B. MI iEfl IR 122603 1 $' 2022 TBPE Firm #20656 Craig B. Meier, P.E. Black Mesa Engineering & Consulting, PLLC 1'13PE Reg # F-20656 1410 N Craft Rd Stillwater, OK 74075 For Design of Cathodic Sections: 33 04 10 — Joint Bonding and Electrical Isolation 33 04 11— Corrosion Control Test Stations ` "A. V-0 f _ - kS. 11/02/2022 Dean Flessas DKC Integrity, LLC NACE CP4 #5928 7 Switchbud Place The Woodlands, TX 33780 33 04 12 — Magnesium Anode Cathodic Protection System 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Page 1 of 8 Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Faint Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 4513 Prequalification 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 08/22/2022 00 61 13 Performance Bond 07/01/2011 00 61 14 Payment Bond 07/01/2011 00 61 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Reouirernents Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 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 Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH WESTSIDE III— PHASE I— 42 INCII WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised September 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 — Exterior Improvements 32 91 19 32 92 15 Topsoil Placement and Finishing of Roadway Right -of -Ways Native Grass and Wildflower Seeding Division 33 — Utilities 11/10/2022 11/10/2022 33 01 32 Closed Circuit Television (CCTV) Inspection OF Water Transmission Mains 11/10/2022 33 04 10 Joint Bonding and Electrical Isolation 11/10/2022 33 04 11 Corrosion Control Test Stations 11/10/2022 33 04 12 Magnesium Anode Cathodic Protection Systems 11/10/2022 33 04 40 Cleaning and Acceptance Testing of Water Mains 11/10/2022 33 05 21 Tunnel Liner Plate 11/10/2022 33 05 22 Steel Casing Pipe 11/10/2022 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 11/10/2022 33 11 10 Ductile Iron Pipe 11/10/2022 33 11 11 Ductile Iron Fittings 11/10/2022 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 11/10/2022 33 11 14 Buried Steel Pipe and Fittings 11/10/2022 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 11/10/2022 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: hftp://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions 02 41 13 Selective Site Demolition Last Revised 03/11/2022 02 41 15 Paving Removal Division 03 - Concrete 02/02/2016 03 30 00 Cast -In -Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 Division 31 Earthwork 31 00 00 Site Clearing 03/22/2021 3125 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 CITY OF FORT WORTH WESTSIDE III — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised September 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 12 16 Asphalt Paving 12/20/2012 32 92 14 Non -Native Seeding 05/13/2021 Division 33 -- Utilities 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 23 Hand Tunneling 12/20/2012 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber -Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 40 Fire Hydrants 01/03/2014 33 12 60 Standard Blow -off Valve Assembly 06/19/2013 33 39 20 Precast Concrete Manholes 12/20/2012 Division 34 - Transportation 34 71 13 Traffic Control 03/22/2021 Appendix GC-4.01 GC-4.02 GC-6.06.D GC-6.07 GC-6.09 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Product Requirements END OF SECTION CITY OF FORT WORTH WEST.SIDE In — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised September 9, 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 28, 2023 REFERENCE NO.: M&C 23-0184 LOG NAME: 60WESTSIDE III WATERMAINP1- THALLE KHA SUBJECT: (CD 31 Future CD 3) Authorize Execution of a Contract with Thalle Construction Company, Inc. in the Amount of $19,873,823.75 for Westside Treatment Plant III 30" Water Transmission Main Project, Authorize Execution of Amendment No. 1 in the Amount of $303,590.00 to an Engineering Agreement with Kimley- Horn Associates, Inc., for Westside Treatment Plant 11130" Water Transmission Main Project, Provide for Total Project Costs in the Amount of $21,125,743.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance 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 a contract with Thalle Construction Company, Inc. in the amount of $19,873,823.75 for the Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688); 2. Authorize execution of Amendment No. 1 to City Secretary Contract No. 54767 in the amount of $303,590.00, an Engineering Agreement with Kimley-Horn Associates, Inc., for construction support services for Westside Treatment Plant 111 30" Water Transmission Main project (City Project No. 102688) for a revised contract amount of $1,432,870.00: 3. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside Treatment Plant III 30" Water Transmission Main project; and 4. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688) in the amount of $21,125,743.00 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: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Thalle Construction Company, Inc. in the amount of $19,873,823.75 for the Westside Treatment Plant III 30" Water Transmission Mainproject (City Project No. 102688) and the execution of Amendment No. 1 to City Secretary Contract No. 54767 in the amount of $303,590.00, an Engineering Agreement with Kimley- Horn Associates, Inc., for construction support services for Westside Treatment Plant Ill 30" Water Transmission Main project (City Project No. 102688) for a revised contract amount of $1,432,870.00. On October 20, 2020, M&C 20-0773, the City Council authorized an engineering agreement with Kimley- Horn Associates, Inc., (City Secretary Contract No. 54767), in the amount of $1,129,280.00 to prepare plans and specifications for the construction of Westside Treatment Plant III 30" Water Transmission Mainproject. As part of Amendment No. 1, the Engineer will provide construction phase services, additional pipeline design, additional survey services, surge analysis for the Westside I11 water transmission mains and dividing the project into two parts to accelerate completion of the project. The funding for this M&C is contingent upon an M&C being submitted by Financial Management Services on the 02/14/2023 council agenda. That M&C will increase the Water Department's authorized Callable Commercial Paper Program from $150,000,000.00 to $225,000,000.00. The project was advertised for bid on November 10 and 17, 2022, in the Fort Worth Star -Telegram. On December 15, 2022, the following bids were received: IL Bidders JL Total Bid Contract Time Thalle Construction Company, Inc. $19,873,823.75 550 Calendar Days Reyes Group, Ltd. $20,999,999.00 'McKee Utility Contractors, Inc. 1$23,475,000.00 Mountain Cascade of Texas, LLC $23,645,987.00 S.J. Louis Construction of Texas, Ltd. $25,935 531 70 In addition to the contract cost, $600,537.25 is required for project management and inspection and $347,792.00 is provided for project contingency. M&C 20-0773 authorized $1,715,825.00 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 Treatment Plant III 30" Water Transmission Main 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 the 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, the 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 C1P 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 WATPRMAINPI- THALLE & KHA Capital Fund Name Project Name FY2023 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2023 Budget Budget 56021- W&S Commercial Paper p 102688 — WS Treatment Plant III 3Q WTM $0.00 This M&C $21,125,743.00 $21,125,743.00 Funding for the WS Treatment Plant III 30" WTM project is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Commercial Paper -Fund 56021 $0.00 $21,125,743.00 $21,125,743.00 W&S Rev Bonds Series 2021 - Fund 56019 $2,845,105.00 $0.00 $2,845,105.00 Project Total $2,845,105.00 $21,125,743.00 $23,970,848.00 Numbers rounded for presentation purposes. Business Equity: Thalle Construction Company, Inc. is in compliance with City's Business Equity Ordinance by committing to 101% Business Equity participation on this project. The City's Business Equity goal on this project is 1D1%. Business Equity: Kimley-Horn and Associates, Inc. is in compliance with the City's BDE Ordinance by committing to 51% SBE participation on this project. The City's SBE goal on this project is 51%. The project is located in COUNCIL DISTRICT 3/ FUTURE CD 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 ordinance, funds will be available in the W&S Commercial Paper Fund for the WS Treatment Plant 11130" WTM project to support the approval of the above recommendations and execution of the amendment to the engineering contract and the construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund FROM Department'Account ID Project ID Program Activity Budget Year Reference # IOmount (Chartfield 2) Fund Department Project Program ctivity Budget Reference # Amount ID lAccount, ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Walter P Norwood (5026) ATTACHMENTS 1. 60WESTSIDE ill WATERMAINPI- KHA Compliance Memo,pdf (CFW Internal) 2. 60WESTSID_E 111 WATERMAINP1- THALLE & KHA FID Table (WCF 01.19.23).xlsx (CFW Internal) 3. 60WESTSIDE III WATERMAINPI- THALLE & KHA Form 1295 KHA.pdf (CFW Internal) 4. 60WESTSIDE 111 WATERMAINP1- THALLE & KHA From 1295 for Thalle.pdf (CFW Internal) 5. 60WESTSIDE III WATERMAINP1- THALLE & KHA Map.p f (Public) 6, 60WESTSIDE 11 WATERMAINPI- THALLE Compliance Memo.p f (CFW Internal) 7. 6OWESTSIDE III WATERMAINPI- THALLE KHA funds availability p f. (CFW Internal) 8. ORD.APP 6OWESTSIDE III WATERMAINP1- THALLE KHA 56021 A023(r1).docx (Public) 9. PBS CPN 102688.W (CFW Internal) 10. Resolution 60WESTSIDE III WATERMAINP1- THALLE & KHA.docx (Public) 11. SAM.gov KHA pf (CFW Internal) 12. SAM gov _ Thalle Construction Companv.pdf (CFW Internal) 60VVESTSIDE III WATEAMAINP1- THALLE & IHAA. FM Table 'ec # Fund Dept # Account Project ID';Activity FIDs B'uce Bu dget CF 2 Program Amount Purpose Xier Year 3&4 56021 3&4 56021 0600430 0600430 UCMLPR UNSPEC 102688 001480 2023 $ (21,125,743.00) 2023 $ 21,125,743.00 Rec # rncl Dept # FIDs (Actual) :Account 'Project IDI,Activity Budget CF 2 Progratp YYear Amount Purpose ;;Xfer Ftec ;(Fund (Dept# Account 1 I 3&4 3&4 I 3&4 3&4 2 1 3&4 I 5&6 56021 56021 56021 56021 56021 56021 56021 56021 56021 0600430 0600430 0600430 0600430 0600430 0600430 0600430 0600430 5110101 5110101 5550102 5740010 5330500 5740010 5310350 5330500 2060000 FTIDs M t I I Project ID Activity 102688 102688 102688 102688 102688 T 102688 102688 102688 102688 001480 001485 001480 001480 001430 001480 001484 001484 - -E - INo KK or GI Entries Needed) (Budget CF 2 Program Arnotint Year RETAIN I 9999 9999 9999 9999 9999 9999 9999 9999 T T $ Is Purpose 90,997.00 Staff Costs - Construction 353,878.25 Staff Costs - Inspection 4,000.00 Public Outreach (Sally) 347,792.00 Project contingencies 303,590.00 To Pay Engineering Company 19,873,823.75 To pay contractor 60,665.00 Soil Lab - TPW Staff Costs 90,997.00 Soil Lab - Consultant Combo Code Xfer 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PRASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268.8-1 Revised July 1, 2011 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688-1 Addendum No. 1. Issue Date: December 1, 2022 Bid Opening Date: December 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 BIM 360. 3. An updated bid workbook excel file with editable cells has been uploaded to the Addenda folder which reflects the minor quantity changes. CONSTRUCTION PLANS 1. Sheet 2: o Add the following under the Contact List: John Castaneda — TxDOT Utility Coordinator — (817) 240-0545 2. Sheet 23 — DELETE Sheet 23 and REPLACE with Sheet 23A as attached. 3. Sheet 30 — DELETE Sheet 30 and REPLACE with Sheet 30A as attached. 4. Sheet 31— DELETE Sheet 31 and REPLACE with Sheet 31A as attached. 5. Sheet 33 — DELETE Sheet 33 and REPLACE with Sheet 33A as attached. 6. Sheet 53 -- DELETE Sheet 53 and REPLACE with Sheet 53A as attached. SPECIFICATIONS 1. Specification 00 11 13 — Invitation to Bidders ® This specification is hereby replaced with the proposal form attached to this document. 2. Specification 00 42 43 — Proposal Form • This specification is hereby replaced with the proposal form attached to this document. 3. Specification 33 11 13 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type • This specification is hereby replaced with the specification attached to this document. 4. Specification 33 11 14 — Buried Steel Pipe and Fittings • This specification is hereby replaced with the specification attached to this document. ADDENDUM NO. 1 ADDENDUM NO. 1 CONTRACTOR QUESTIONS 1. When is the anticipated Notice to Proceed? • Notice to proceed is contingent on execution of the Contract Documents and City Council Approval. An anticipated date would be mid to late of February. There are several projects that are dependent on the installation of this project, so the NTP will be as soon as possible. 2. Is the concrete base material specified along Chapin Road only for the pavement section or for the full trench width? • Detail 1/60 indicates the concrete base material is only for the section of the trench that is under pavement along Chapin Road and Old Weatherford Road. 3. What is the Engineer's Opinion of Probable Construction Cost? • Specification 00 11 13 — Invitation to Bidders indicates the Engineer's Opinion of Probable Construction Cost is $26 Million. 4. Fort Worth Standard Specification 33 11 14 para 2.2C.4.a has included a requirement for minimum pipe wall steel thickness to not be less than 0.25 inches for many years. What has reduced risk enough on this project to reduce the minimum required wall thickness by 25%? • The City has modified the steel thickness on various previously bid projects to be less than the 0.25-inch thickness. The design pressures for this project yield a wall thickness less than 0.25-inches. Kimley-Horn recommended, and the City agreed with, the 0.188-inch thickness for this project, which is common in industry standards. 5. Specification section 33 11 13 per 1.10 A.4.d.iii calls for bar wrapped pipe to be stulled at "Each end and each length of pipe, fitting or special (42" and larger)....At a minimum, stalls shall be placed at each end, each quarter point and center." Specification 33 11 14 1.10A.d.3 calls for steel pipe "At a minimum, stulls shall be placed at each end and center." Bar Wrapped pipe is a stiffer pipe than steel pipe and its lengths are shorter which intuitively means the pipe will require fewer stalls, not more.. We respectfully request that 1.10A.4.d.iii be removed from the specification. • Specification 33 I 13 has been revised to remove the language regarding stun placement at each quarter point. Reference Specification Section 1.10.A.4 for specific stuffing requirements. 6. Specification 33 11 13 for Bar Wrapped Pipe, para 2.2.C.2.c. 1. calls for thrust restraint for bar wrapped pipe which has a rough mortar coating to calculated using a coefficient of friction of 0.25. This coefficient of friction is extremely low when calculating frictional resistance of a rough mortar coated pipe, especially considering that Specification 33 11 14 for Steel Pipe, para 2.2.C.2.d.3 calls for a smooth polyurethane coated steel pipe to be allowed the same coefficient of friction of 0.25. We respectfully request that coefficient of friction used for thrust restraint calculations for bar wrapped pipe be increased to 0.5 in accordance with AWWA Manual M9. • Thrust restraint calculations commonly vary among pipe materials in the industry. Each calculation has its own level of conservatism factored in, to which the City has approved. The required parameters for each pipe material were reviewed by the City and have been utilized in the City's Standard Specifications for over 10 years. The coefficient offriction will remain as specified. ADDENDUM NO. 1 ADDENDUM NO. 1 7. Specification 33 11 13 for Bar Wrapped Pipe, para 1.9.A.1.e states that pipe and fittings are not allowed to be shipped over saltwater ways or via rail. Asshipping in this manner adds both material risk and potential project timing risk to the project, we respectfully request the requirement for no shipping over saltwater or by rail be introduced into the steel pipe, 33 11 14, and be included in the ductile iron pipe specification, 33 11 10. e The requirement to not allow pipe and/or fittings to be shipped over saltwater ways or via rail has been removed from Specification 33 11 13. 8. Specification 33 11 14 for Steel pipe para 3.4.G.I.d calls for contractor to re -excavate and inspect a minimum of 10 heat shrink sleeves on pipe after weld after backfilling. If any damage is found it must be repaired. If damage is found, isn't it an indication of possible poor installation technique and shouldn't additional joints be excavated to prove the poor technique is not systemic? Suggest adding. "3.4.G1 d.2 If the Contractor's weld technique damages the joint coating system on any one of the excavated joints, ten additional joints shall be uncovered and inspected for each damaged joint requiring repair." • Specification 3311 14 has been revised to allow the City to have discretion to require the Contractor to expose additional joints if damage to the joint coating system is found. 9. Specification section 33 11 13 para 2.2C.7 calls for 42" bends, pipe with outlets larger than 24" and wyes to have a minimum of 3/8" plate. Meanwhile, steel pipe which is designed in similar fashion to bar wrap fittings has a minimum steel thickness of 0.188". We respectfully, request that minimum thickness of 42" steel fittings for bar wrapped pipe be designed with the minimum thickness for fittings plate required in AWA C303 Table 4 which requires 'A" minimum. e The specification has been revised to remove the minimum thickness requirements. Minimum fatting thicknesses shall be designed in accordance with AWWA C303. 10. The industry change from C150 to C595. See attached letter_ • Specifications 3311 13 and 33 11 14 have been modified to allow ASTM C595, Type IL cement. 11. Specification 33 11 13 for Bar Wrapped Pipe, section 3.4.C.3 requires filling the interior joint recess with cement mortar/grout. Joint rings for the bar wrapped pipe on this project will be metalized with 4 mils of pure zinc which provides corrosion protection for the joint ring. We respectfully submit that mortar pointing of interior of non -welded joints on bar wrapped pipe be eliminated if metalized joint rings are provided. • The pipe interior joint grouting methods shall remain unchanged per the City's specifications. 12. There are a couple of places that call for embedment option 2-D003-D103, but there is not a detail for this on sheet 47. e Surface repair references Detail 2/52 for bank stabilization. A detail has been added for D003-D103 as part of this addendum. 13. Can you clarify that bid items 2A, 2B, and 2C include embedment options 2-D005-D103 and 2- D003-103? • Bid items 2A, 2B, and 2C include both embedment options for D005 and D003. ADDENDUM NO. 1 ADDENDUM NO. 1 14. On sheet 23 from station 57+30 to station 60-i50 it calls for embedment option 2-D005-D 103, but the final backfill in this arca is only about 9'. • Sheet 23 has been updated to reference Detail 2, D001, D103/47 froom Station 57+30 to Station 60+50. An updated bid proposal has also been included to reflect minor quantity changes. 15. On sheet 30 from station 34+20 to station 36+50 it calls for embedment option 2-D005-D103, but the final backfill in this area is only 15', • Sheet 30 has been updated to reference Detail 2, DO01, D103/47fr•orn Station 34+20 to Station 36+50. Sheet 31 has been updated to reference Detail 2, D005, D103/47 from Station 37+00 to 37+30. An updated bid proposal has also been included to reflect minor quantity changes. 16. There are a series of larger competing projects bidding around the 12/8/22 date of the Fort Worth, Westside III, Phase 1, 42-1nch Water Transmission Main project. We respectfully request at least a 1-week delay to 12/15/22. B Due to multiple requests from contractors far a delayed bid opening date, the bid opening is now set for December 15, 2022. An updated invitation to bidders has been included to reflect the new hid opening date. 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. RECEIPT ACKNOWLEDGED: Company: ,1'LL�� • Approved By: 4A y 5 J Date: 12/1/2022 LL4 Tony Sholola, P.E., Assistant Director, Water Department ADDENDUM NO. 1 ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688-1 Addendum No. 2. Issue Date: December 9, 2022 Bid Opening Date: December 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 has been uploaded to the Addenda folder which reflects the minor quantity changes. SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form This specification is hereby replaced with the proposal form attached to this document. CONSTRUCTION PLANS 1. Sheet 37 — DELETE Sheet 37 and REPLACE with Sheet 37A as attached. 2. Sheet 38 — DELETE Sheet 38 and REPLACE with Sheet 38A as attached, 3. Sheet 39 — DELETE Sheet 39 and REPLACE with Sheet 39A as attached. 4. Sheet 40 — DELETE Sheet 40 and REPLACE with Sheet 40A as attached. 5. Sheet 41— DELETE Sheet 41 and REPLACE with Sheet 41A as attached. 6. Sheet 69 — DELETE Sheet 69 and REPLACE with Sheet 69A as attached. 7. Sheet 70 —DELETE Sheet 70 and REPLACE with Sheet 70A as attached. 8. Sheet 71— ADD Sheet 71 as attached. CONTRACTOR QUESTIONS 1. Bid item 6A, 6B and 6C have a quantity of 994 LF and bid item 10 has a quantity of 562 LF which totals 1,556 LF. There is only 1,061 LF shown on the plans. Which quantity is correct? The quantity for Bid List Item No. 6 should be 499 LE An updated bid proposal has also been included to reflect this change and other minor quantity changes. ADDENDUM NO. 2 ADDENDUM NO. 2 2. We have a concern regarding access on Chapin Rd (18.5' W) and Old Weatherford Rd. (22.5' W). Traffic Control plans issued with the bid documents shows single lane closures with head -to -head traffic in the open lane; this doesnot leave enough room for the equipment needed to build the job. We suggest a "rolling full closure" be implemented instead of a single lane closure. • The water train along Chapin Road has been shifted 2' west to allow f or adequate room for construction, as reflected on Sheets 37A-41A. The contractor may close Chapin Road daring construction; however, access shall not be disrupted for residents to access their driveways. Revised Traffic c Control Sheets have been provided as part of this Addendum. The water nnaln along Old Weatherford Road has been shifted 3 ' south to allow adequate access for construction, while keeping one lane of traffic open at all times, as shown on Sheets 414. 43A. Due to the length of the detour that would be required, closing Oki Weatherford Road will not be allowed as to not impact emergency services to the area. An updated bid proposal has also been included to reflect tninor quantity changes. 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. RECEIPT ACKNOWLEDGED: Approved By: Q 4 ! 10 By: //fr'-"t- Date: 12/9/2022 Company: T V G �. Tony Sholola, RE., Assistant Director, Water Deportment ADDENDUM NO. 2 r 000515-1 ADDENDA Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding' 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 102688-1 Revised July 1, 2011 00 II 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of WESTSIDE III - PHASE I- 42-INCH WA'1'ER TRANSMISSION MAIN ("Project") by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursda ,,December 5 , 022 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. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • -19,815 LF 42" Water Line by Open Cut • -700 LF 66" Steel Casing Pipe or Tunnel Liner Plate with 42" Open Cut • -995 LF 36" Water Line by Open Cut • -562 LF 54" Steel Casing Pipe or Tunnel Liner Plate with 36" Open Cut a ---215 LF 16" Water Line by Open Cut • -40 LF 12" Water Line by Open Cut Carrier Pipe by other than Carrier Pipe by other than ENGINEERS OPINION OF PROBABLE CONSTRUCTION COST, OPCC, is $26 M 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.gov/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. • Addenda: https://docs.b360.autodesk.comishares/bSele386-142c-4340-a06c- 439e2a1fc037 • Bid Plans and Specs: httns://docs.b360.autodesk.com/shares/ae9d10b6-f503-4c64-9fla- 2c29b49e41d0 CITY OF FORT WORTH WESTSIDE II1— PHASE I--42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROTECT NO. 102688-1 Revised 7/19/2021 ADDENDUM No. 1 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn and Associates, Inc. 801 Cherry St., Suite 1300, Unit 11 Fort Worth, TX 76102 Attn: Shelby Warchesik, P.E. Phone Number: 817-769-6151 Email Address: Shelby.warchesik@kimley-hom.com The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100.00 Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 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 ernail 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. See attached link: PIan Holders: https://docs.b360.autodesk.com/shares/de03a999-35b1-4c0f-92d6-b14c88be2c58. 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://fortworthtexas.gov/purchasing/ PREBID CONFERENCE — In person A prebid conference will be held as discussed in Section 00 21 13 - INS'1RUCTIONS TO BIDDERS at the following date, and time: DATE: November 22, 2022 TIME: 10:30 AM, CST LOCATION: 311 W. l0u' Street Fort Worth, TX 76102 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. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-1 Revised 7/19/202I ADDENDUM No. 1 00 11 13 INVITATION TO BIDDERS Page 3 of3 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Walter Norwood, P.E. City of Fort Worth Email: waiter.norwood@fortworthtexas.gov Phone: 817-392-5026 AND/OR Attn: Shelby Warehesik, P.E., Kimley-Horn Email: Shelby.warchesik@kimley-horn.com Phone: 817-769-6151 ADVERTISEMENT DATES November 10, 2022 November 17, 2022 END OF SECTION CITY OF FORT WORTH WESTSIDEIII —PHASE I--42-INCI-I WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-1 Revised 7/19/2021 ADDENDUM No. 1 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 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. 1.2.1 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 clays 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: https://apps.fortworthtexas.gov/ProjectResources/ CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 102688-1 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving — Requirements document located at: hops: //apns. fortworthtexas.gov/ProiectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequaiification/TPW%20Pavin a %20Contractor%20Prequal ificati on%o20Program/P REQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVLNG%2000NTRACTORS. pdf 3.1.2. Roadway and Pedestrian Lighting —Requirements document located at: httpsa/apps.fortworthtexas.gov/Proj ectResources/ResourcesP/02%a20- %o20Construction%20Documents/Contractor%a20Prequal ification/TPW%20Roadwa v%20and%20Pedestrian%20Li ahtina%20PreQual ification%20Program/STREET% 20LIGHT%20PREOUAL%2OREQMNTS pdf 3.1.3. Water and Sanitary Sewer —Requirements document located at: https://apps. fortworth texas. gov/Proj ect Res o urces/Res ourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalifi cation/Water%20and%2 OSanitary%20Sewer%2OContractor%20Prequalification%20Program/W SS%20pre qual%20requirernenta, 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 III — PHASE. I — 42-INCFI WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-1 Revised/Updated November 2, 2021 00 21 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 10268E-1 00 2I 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 interpretationor 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 —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-1 Revised/Updated November 2, 2021 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of l0 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: Walter Norwood, P.E., Water Department Email: wafter.nrwood@fortworthtexas.gov Phone: 817-392-5026 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 system at https:/Idocs.b360.autodesk.com/shares/b5e 1 e386-142c-4340-a06c-439e2a1 fc037 CITY OF FORT WORTFI WESTSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 102688-1 00 21 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 clays 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 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 $1.00,000 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: ht s://codelibr .am1e al.cam/codes/flworth/latest/flworth tx/0-0-0-22593 CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 102688-1 00 21 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 nsme 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 — PHASE I --42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-1 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of l0 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 — PHASE I —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 102688-1 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 presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/124S/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH WESTSIDE III — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 10268S-1 00 21 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 —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 102688-1 THALLE CONSTRUCTION COMPANY A TULLY GROUP COMPANY BOARD OF DIRECTORS CORPORATE RESOLUTION THALLE CONSTRUCTION CO., INC. 900 NC Highway 86 North Hillsborough, NC 27278 A duly constituted meeting of the Board of Directors of Thane Construction Co., Inc., a corporation organized under the laws of the State of New York was held on July 22, 2020 at which meeting a quorum was present and voting throughout. WHEREAS, Peter K. Tully is the CEO of Thalle Construction Co., Inc., Stephen E. Kohler is the President and COO of Thalle Construction Co., Inc., and Larry A. Fantozzi is the Executive Vice President of Thalle Construction Co., Inc. IT IS HEREBY RESOLVED that Peter K. Tully, Stephen E. Kohler, and Larry A. Fantozzi of Thalle Construction Co., Inc. are authorized, empowered and directed to execute on behalf of Thalle Construction Co., Inc. for bid and contract documents. In witness whereof, I have hereunto set my hand and affixed the seal of the Corporation. THALLE CONSTRUCTION CO., INC. Larry A. Fantozzi Executive Vice President Corporate Secretary 1 2 003513-1 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 3513 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 11 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/c0nflict/CIQ.pdf 19 20 }ittps://www.ethics.state.tx.us/datalfornns/conflict/Cla.pdf 21 22 0 CIQ Form is on file with City Secretary NIA 23 24 0 CIQ Form is being provided to the City Secretary 25 26 CIS Form does not apply 27 28 0 CIS Form is on File with City Secretary 29 30 0 CIS Form is being provided to the City Secretary 31 32 33 34 BIDDER: 35 36 7haIIR Canstructinn Co , Inc By: Stephen E. lohler 37 Company (Please Print) 38 39 900 NC 86 North Signature: 40 Address 41 42 Hilishorough, NC 27278 Title; president and COO 43 City/State/Zip (Please Print) 44 45 46 END OF SECTION CITY OF FORT WORTH WESTSIDE Ill — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised February 24, 2020 00 41 00 BID FORM Page 1 or 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN City Project No.: 102688-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO, 102688-1 00 41 00 Bid Proposal Workbook.xlsx 00 41 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. Tunneling — 66" and greater, 350 LF and greater c. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 550 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. 7. Bid Submittal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 WESTSIDE Ill- PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102686-1 00 41 00 Bid Proposal Workbook.xlsx This Bid is submitted on by the entity named below. Respectfully subrrpgted, By: (Signature) S1 ph n E. kohter (Printed Name) Title: W.iw kUeist + 00 Company: on:st uliUon Ca.. Inc. Address: I'MCSC86North Hillsborough, NC 27278 State of Incorporation: `New York — — — Email: rr.plsoao ° Kohler — 1 Phone: SI# .24 • : 1] END OF SECTION 00 41 00 BID FORM Page 3 of 3 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: SER Addendum No. 2: s. Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/3012021 WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 00 41 00 Bid Proposal Workbook.xlsx SECTION 00 42 43 PROPOSAL FORM Bidder's Application Project Item Information Bidder Proposal BrdGstItem Description _ Specification Section Na Unu of Measure Ord OunatIIv Unit Price Bid Value 3311.0951 42" DIP Water 33 11 10 LF 10,250 41,4114,3.ro oto 3311.0981 42" Steel AWWA C200 Water Pine 3311 14 LF 10,250 V ar.*. 3311.0971 42" Concrete AWWA 0303 Water Plpe 33 11 13 LF 10,250 3311,0952 42" DIP Water, CSS Backlll 3311 10 LF 740 3311.0982 42" Steel AW WA C200 Waist Pipe, CSS Back9li 3311 14 LF 740 - . 'I. De V® 2.., Yoe . or 3311.0972 42 Concrete AWWA C303 Water Pipe, CSS Backflll 3311 13 LF 740 3311,0954 42" DIP Water (Restrained Joints) 3311 10 LF 7,739 3311.0984 42" Steal AW WA C2130 Water Pipe (Restrained Jainls) 33 11 14 LF 7,734 quo .re 3 tlf a se . 3911.0974 42" Concrete AWWA C303 Water Pipe (Restrained Jolltts) 33 11 13 LF 7,734 3311.0955 42" DIP Water, CSS Back9g (Restrained Joints) 33 11 10 LF 968 413* 3311.0985 42" Steel AW WA C200 Water Pipe, CSS Baekrill (Restrained Joints) 3311 14 LF 968 670.4,e' 61719/ a0" . " 3311,0975 42" Concrete AWWA C303 Water Pipe, CSS Backflll (Restrained Joints) 33 11 13 LF 968 3311.0958 42" DIP Water, CLSM Backflll (Restrained Joints) 33 11 10 LF 100 1.0985 42" Steal AWWA C200 Water Pipe, CLSM Back5ll (Restrained 3311 3311 1458' LF 100 q'�� Op q�,f�" di 3311.097E 42" Concrete AW WA C303 Water PIpe. CLSM Backfill (Restrained Joints) 33 11 13 LF 100 3311.0854 36" DIP Water (Restrained Joints) 33 11 10 LF 499 3311.0884 38' Steel AWWA C200 Water Pipe (Restralned Joints) 331114 LF 499 .C, /1.00 . ,041 3 OAa 3311.0874 36" Concrete AWWA C303 Water Pipe (Restrained Joints) 331113 LF 499 3311,0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 135 Mr 3311,0011 Steel Fittings 3311 14 LS 1 YJr anw0.Ri y� 7 .a71wO. 3311.0021 C303 F1Wn, s 3311 13 LS 1 Cantrat tpr to provide Unit Pr ec / Bid oleo or only one or the plpo material alternatives for items DO NOT PROVIDE UT"UT PRICE / HID VALUE FOR EACII ALTERNATIVE Through 7 8 3305.2010 42"Water Canner Plpe 33 05 24 LF 700 - - - - 0 3305.1208 66" Casing/Tunnel Liner Plata By Other Than Open Cut 33 05 21, 33 05 22 © 1110503 33 000.00 32 e+ 000,00 3305.2009 38" Water Carrier Pipe 33 05 24 Mi211111.11.14 LF 562 t 3.35. 52,500.00 FifT 11 3305.1109 54" Casingfrunnel Liner Plate By Mar Than Open Cut 33 05 22 1 405 000.00 12 3311.0541 16" Water Pipe 33 11 10, 3311 12 LF 74 3280.00 13 3311.0544 16" Water Pipe (Restrained Joints) 33 11 10, 33 11 12 LF 90 5380.00 534 200.00 14 3311.0548 18" Water Pipa, CLSM Suttee (Restrained Joints) 33 11 10, 33 11 12 LF 50 5720.00 15 3311.0441 12" Water Pipe 3311 10, 33 11 12 LF 40 5250.00 310 +"" • + 16 3312.5001 42" AWWA Butterfly Valve, W Vault 3312 21 EA 7 5250,000.00 17 3312,5000 36" AW WA Butterfly Valve, w! Vault 3312 21 EA 2 5220,000.00 S440 000.00 18 3312.300E 16" Gale Valve w! Vault 331220 EA 555,000.00 19 3312.3005 12" Gale Valve 3312 20 EA 3 314,000.00 342 000.00 + 3312.0111 Connection to ExlstJn 42" Water Maln 33 12 25 EA 1 512,000.00 000.00 21 3312.0110 Connection to Existing 38" Water Main 33 1225 EA 3 S12,500.00 22 3312,0106 Cannecllon to Existing 16" Water Main 33 12 25 EA a 39,000.00 327 000.00 23 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 54,000.00 54 000.00 3312,10136 8" Combination Alr Valve Assembly for Water and Protective Frame 33 12 30 EA a 550,000.00 25 9999,0001 8" Duplicate Air Release Valve w/ Vault 99 99 99 EA 1 560,000.00 360 "" • "" 28 9999,0002 8" Dupllcaie *Release Volvo w/ Vault and Protective Frame 99 99 99 EA 8$65 000 t)D 5390 000 + 27 3312.8003 8' Blow Off Valve 3312 60 EA 5 332,000.00 28 3312.0001 Fire hydrant 44 12 4.0 EA 2 S12,1300.00 S24 009.00 29 3110.0102 8",-12' Tree Removal 31 10 00 EA 305 3200.00 r 3110.0103 12"-18" Tree Removal 31 10 00 ea BO 5400.00 332 • "• 31 3110.0104 18.24" Tree Removal 31 10 00 EA 35 5800.00 32 3110.0105 24" end Larger Tree Removal 31 10 00 ea 25 5800.00 320 000.00 33 3305.0109 Trench Safety 33 05 10 LF 20 545 51.00 34 3305.0103 Exploratory Excavation of Eids6ng Willies 33 05 30 EA 5 51,800.00 59 000.00 35 3292.0300 Seeding, Mach Drilling (Native) 32 92 15 SY 98 755 50.40 38 3292.0300 Seeding, Mech Drilling (Nor -Native) 32 92 14 SY 28 eaa 50.45 512 996.00 37 3291.0100 Topsoil 32 91 19 CY 18 144 530.00 38 3211.0122 8" Flexible Base, Type A. GR-1 321123 SY 811 540.00 532 440.00 39 0241.15013 2" Surface Milling 02 41 15 SY . • • 34.00 40 3212,0302 2" Asphalt Peml Type D 321218 070 320.00400.00 41 3201,0113 6' Wide Asphalt P.m! Repair, Residential 32 01 17 • • 842.00 42 3137.0102 Large Stone Riprap, dry 31 37 00 SY 240 5110.00 28 400.00 43 3304.0002 Cathodic Protection 33 04 12 LS 1 $155,000.00 44 3125.0101 SWPPP 21 acre 31 25 00 LS 1 S75.000.00 575 000.00 45 0171.0101 Construction Slaking 017123 LS 1 $100,000.00 46 0171.0102 As -Built Survey 0171 23 LS 1 575.000.00 575 000.00 47 3305.0110 Utility Markers 33 05 28 LS 1 $10.000.00 48 3471.0001 Traffic Control 34 71 13 MO 4 36,000.00 324 000.00 60 3471.0002 Portable Message Sign 34 71 13 WK 4 5500,00 32 , .. , 51 3301.0002 Post -CCTV tnspec0en 33 01 31 31.25 r 52 91199.0003Construction Allowance _ 00 72 00 $150,000.00 5150,000.00 Bid Summary - Total Base Bid 11 11157403 END OF SECTION 004143 pID PROPOSAL. Patel or I CITY OF FORT WORT31 STANDARDCONSTIWCSTON SPECIFICATION DOCUM I1NIs roan. R', leel 30130110 Addendum No, 2 WESTSIDE al - P31ASE 1-42.1NC11 WATEIITRANSMISSION MAIN CITY PROJECT NO. 10303E-1 OE 41 CO Eli P,.yo' I Workbmlr.alri SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID BOND Page 1 of 2 That we, Thalle Construction Co., Inc.. 900 NC Highway 86 North, Hillsborough, NC 27278 , known as "Bidder" herein and Federal Insurance Company, 242B Hal1's Mill Road. Vtibitehouse Steller!, NJ C.8889 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 Ili - PHASE I - 42-INCH WATER TRANSMISSION MAIN 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. ATTEST IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 8th day of December , 2022. PRINCIPAL: Thalle Construction Co., Inc. BY: L/ Peter . ief Executive Officer Witness as to Principal N N eA-Al ��,� LL j Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 00 41 00 Bid Proposal Workbook.x[sx t itness ao surety Glyn Thras, Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID BOND Page 2 of 2 Address: 900 NC Highway 86 North Hillsborough. NC 27278 SURETY: Federal In,4411 .. pany 617A+IVAl BY: Krystal L. Stravato, Attorney -In -Fact Name and Title Address: 202E Hall's Mill Road Whitehouse Station. NJ 08889 Telephone Number: (215) 640-1000 *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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 WESTSIDE 111- PHASE 1- 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102888.1 00 41 00 Bld Proposal Workbook.xlsx ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEENS ON THE 8th DAY OF December, 2022 BEFORE ME PERSONALLY APPEARED Peter K. Tu11v TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thane Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN AB! VE. Notary Public CAROL R. GORDON Notary Public, State of New York No. 01 G04680187 Qualified In Queens County Commission Expires April 30, 2C12 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 8th DAY OF December, 2022 BEFORE ME PERSONALLY APPEARED Krvstal L. Stravato TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. 4. Notary Public William A. Drayton Jr. Notary Public State of New Jersey My commission expires April 0, 2020 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LABIUM AND SURPLUS TO POUOYMOLDER6 Statutory Basis December 31, W21 pn thousands) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cosh and Short Tenn Inve,3trnrrnts I (687,308) OuWndrtg Losses and Lose Expcatsba $ 8,701,393 United Stales Government, Steal Reinsurance Pnyrolo on Lover and Expanses 1,494,103 and Municipal Bonds 4,271,534 Unarmed Premiums 2,400,711 Other Bonds 5,984.873 Ceded RewinsumnCO Premiums Pnyob!a 388,332 Stocks 075,508 Other Uab1T lea 498.472 Otter Invested Asses 1,647,712 TOTAL INVESTMENTS 12,022,201 TOTAL LIABILITIES 13461.004 Investments In Affiliates: Capital Stack 20,080 Great Northern Ins. Co. 414,838 Peld-In Surplus 2,711,474 Vigilant Ina Co. 354,960 Unassigned Funds 1.903.622 Chubb Indemnity Ins. Co. 183,242 Chubb National Ins. Co. 190,801 SURPLUS TO POUCYHOLDERS 4.635.978 Other Affiliates 116,373 Premiums Rocc1velrls 1,720,853 Other Assets 3,078A86 TOTAL LIABILITIES AND TOTALADMITTED ASSETS 18.g37S170 SURPLUS 818,087.070 investments are valued In ocaordonee with ruquirornants of Iha Noland Assodslon of Inseams Commlarloners, At December 31, 2021, Imeatmnnte wlfh a carrying vales of S508,085,102 %rare dapo3It d with government authorities as required by low. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, baing duty ewom, esysibot he is Senior Vice President of Fedarsl Insuranoe Company and that to the best of his knowledge and balls/ the foregoing spa Una oznd_c act statement of Cho sold Company's financial eondldon oe ohs 31 et day of December, 2021. Swam before * L��_ oz ,1i4 l. Fm i comm8 corm n ot1a Dos Commonwealth of Fan nun - Notary Ester Jaime L. Yatoa, Notary Public Philadelphia County Mycam misalon ettplreo Soplambor 10, 2023 Commission amber1Z'QTrJ Member, Pennsylvania Association of Notaries cHUE Power of Attorney Federal Insurance Company j Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Thomas MacDonald, Marisa! Molica, Edward Reilly, Krystal L. Stravato, Jaclyn Thomas and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert of Jericho, New York; Neil C. Donovan, and Gerard Leib of Berwyn, Pennsylvania -------------- ----------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver far and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, 'WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 6t day of April, 2022. ` W-"Y —)11. &J Dawn RJ.thforos,A'&ustantSecretary STATE OF NEW JERSEY County of Hunterdon On this 6th day of April, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant. Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M, Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;. and that their signatures as such officers were duly affixed and subscribed by like authority. Stephen M. Haney, Vfce President Notarial Seal KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2316685 Oommnleston Expires Juay 16. 2024 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered. into In the ordinary course ofbuslness (each a'Wr€tten Commitment"): Each of the Chairman, the President and the Vlce Presidents of the Company Is hereby authorized to execute any Written Commitment for and an behalf ofthe Company, under the seal of the Company or otherwise. Each duly appointed attorney -in -fact of the Company is hereby authorizedtoexecute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action -is authorized by the grant of powers provided for to such person's written appointment as such attorney -In -fact. Each of the Chairman, the President and the Vlce Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authoritytoexecute, for and on beha€fof the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seat or otherwise, such Written Commitments of the Company asare specifiedtnsuch written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may he affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shallnot he deemed to be an exclusive statement of the powers and authority of Akers, employeesand other persons to act for and on behalf of the Company, and such Resolution shall hot limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." [ Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certifytbat (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (11) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this December 8, 2022 (1) (2) (3) SS. Dawn M. Chloros. As.,unnt Secretary? IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY UPTH[S BOND ORNOTIPY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (900) 903- 3493 Fax (908) 903. 3656 e-mail: surety@chubb.cow Combined: FED-V[G-PI-WFIC--AAIC (rev. 11-19) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1of1 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 , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of North Carolina , 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. ❑ BIDDER: Company Name Here Thalle Construction Co., Inc. Address Here Address Here or Space City, State Zip Code Here 900 NC 86 North Hillsborough, NC 27278 END OF SECTION By: Printed Name Here VI Stephen E. Kohler (Signature) Title: Title Here President and COO Date: v;;Ck.:r, .'E3.'' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688 00 41 00 Bid Proposal Workbookidsx 1 2 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 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 31st 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 atwww.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 11I — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 00 45 1 1 - 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. I7 It should: (1) express an unqualified opinion, or (2) express a qualified I8 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 apositive 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 (I) 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 wiII 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 — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHA.SE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 00 45 12 - 1 PREQUALIFICATION STATEMENT Page l of I 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 7 8 9 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Development, 42-inches and smaller Thalle Construction Co., Inc. 4/30/2023 Tunneling — 66" and greater, LF and greater G I_350 (1'd fT Asphalt Paving Construction/Reconstruction GREATER) ) r/�jJ jj,-,� JJ ?ep da { 140f- ////za.z3(15,000squareyardsand The undersigned hereby certifies that the contractors and/or subcontractors described in 13 14 Thalle Construction Co., Inc. By: Stephen E. Kohler (Please Print) Signature: 15 Company 16 17 900 NC 86 North 18 Address 19 20 Hillsborough, NC 27278 Title: President and COO (Please Print) 21 City/State/Zip 22 23 24 25 26 Date: END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised September 30, 2021 EORT WORTH Date of Balance Sheet SECTION 00 4513 PREQUALIFICATION APPLICATION Mark only one: Name under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) 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 1ohn.kasavichfriFortWortbTexas,gcv Alicia.Garciaafortworthtexas.gov .tint.hoover(fortworthtexas.ggv Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept, 8851 Camp Bowie West Blvd. Fort Worth, Texas 76116 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of8 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): X X MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches -- 60 inches, and greater than 350 LF Tunneling -- 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller MAJOR WORK CATEGORIES, CONTINUED CITY OF FORT WORTH WBSTSIDE lll — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 X 004513-3 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 CIeaning , 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 ConstructionlReconstruction (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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 004513-4 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 had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *Ifrequalifying 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 —PHASE I — 42-INCI-1 WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 00 45 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT 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 111— PHASE I --42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYY PROJECT NO. 102688-1 Revised August 13, 2021 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10.2688-1 Revised August 13, 2021 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 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 "variousTM. 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. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 STALE OF COUNTY OF 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALTFICATION AFFIDAVIT 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 WESTSIDB III — PHASE 1--42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised August 13, 2021 00 45 40 - 1 Business Equity Goal Page 1 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. 24534-11- 13 2020 (codified at: https://codelibrary.anilegal.com/codes/ftwortbllatest/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 10% 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 meetingor 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 REQUIRED 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 Utilization Form and Letter of Intent 46 httns://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20- 47 %20MWBE/NEW%o2.0Business%20Equity%200rdinanceBusiness%20Eq_uity%2OUtilization%20Form. 48 f CITY OF FORT WORTH WESTSIDE III -- PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 1 2 Letter of Intent 3 https://apes.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/NEW Business Equity 4 Ordinance/Letter of Intent-2021.pdf 5 6 Business Equity Good Faith Effort Form 7 https://apps.fortworthtexas.gov/ProiectResources/ResourcesP/60%20- 8 %20MWBE/NEW%20Business%20Equity%200rdinanceBusiness%20Equity%20Good%20Faith%20Ef 9 fort%20Form.pdf 10 11 Business Equity Prime Contractor Waiver Form 12 https://apps.fortworthtexas.govlProjectResources/ResourcesP/60%o20- 13%20MWBEINEW%20Business%20Equity%200rdinanceBusiness%20Equity%20Prime%20Cantractor 14 %20Waiver.pdf 15 16 Business Equity Joint Venture Form 17 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20- 18 %20MWBE/NEW%20Business%20Equity%200rdinanceBusiness%20Equity%20Joint%20Venture,pdf I9 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 REQUIRED BUSINESS EQUTY 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 — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268B-1 Revised October 27, 2021 1 2 00 45 26 - CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 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. 102688-1. 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 ThalIe Construction Co., Inc. Larry A. Fantozzi 12 By: 13 Company (Please Print) 14 900 NC Hwy 86 North .� 15 Signature: / 0 � 16 Address 17 Hillsborough, NC 27278 Executive Vice President 18 Title: 19 City/State/Zip20 -� �// 21 No HA eat111%4 22 THE STATE OF TEXAS § 23 oaths e 24 COUNTY OF A- § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 )- pn- j A A. FAA 4-t,3 3' , known to me to be the person whose name is 28 subse ibed to the foregoing strument, and ackliowledged to me that he/she executed the same as 29 the act and deed orf hq t 5)1 (D, 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 ea 7 day of 33 14S'] , 20_r . 1 34 3536 ���10111111 I tut: 37 ".�` N�+ ti� .� Notary Public in and for the State of Texas 38 4Q NotaILAry poblic�cn Wake::-:: Count6 39 My Cornrsl, ExEND OF SECTION 40'�T/y,C1ARO; ` (Please Print) CITY OF FORT WORTH WESTSIDE III — PHASE I —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 005243-1 Agreement Page L of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on Q i a g , 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 Thalle Construction Co., 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 III — PHASE I — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the, Work, in Accordance with a Co tra t nineteen million ,eight iunatedseventy-t� t ousan ►� thundred twenty-three and Documents an amount, in current funds, of eve,„ty_f„e h,�rdnedtbs srShun ($ 19,873,823.75 ). 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 550 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 from 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 and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITYOF FORT WORTH WESTSIDE III -- PHASE I — 42-INCH WATER TRANS MISS ION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised 8/22/2022 005243-2 Agtieement 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: I. 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 of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, ' whole or in pay, 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— PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. CITY PROJECT NO. 102688-1 Revised 8/22/2022 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 s ,eci ca11v 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. MISCELLANEOUS 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— PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised 8/22/2022 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 boycottlsrael 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 Cade -(as added by Acts 2021, 87th Leg., R.S., S.D. 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 terms "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 WORTFI WESTSINE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268a-I Revised 8/22/2022 005243-5 Agreement Page 5ofG 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 1-9 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 -patty 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 Ii1-- PHASE I — 42.INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688•I Revised 8/22/2022 005243.5 Agreement Pagc 6 of 6 IN WITNESS WHEREOF, 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.' City of Port Worth By: Signature Stephen E. Kohler (printed Name) Presiden! and COO Title 900 NC Hwy 86 North Address Hillsborough, NC City/State/Zip Date By: ^KTn Jesica McEachern for: Dana Burghdoff Assistant City Manager Mar 14, 2023 Date taffy M Date: ' � 'I Form 1295 No,: aD22 — 7' `3 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. kidZe 7,1/etAle0 Walter Norwood, P.B. Project Engineer, Water Department Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: /d>t rtnpf rr Harder Chris Harder, Director, Water Department OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH WESTSIDR III--PI•IASB I-- 42-INCH WAT?RTRANSMISSI N > ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO. 02 8 Revised 8/22/2022 Bond No. K41643249 Federal Insurance Company Bond No. 015220487 Liberty Mutual Insurance Company 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 SECTION 00 6113 PERFORMANCE BOND 006113-1 PERFORMANCE BOND Page 1 of 2 KNOW ALL BY THESE PRESENTS: 8 That we, Thalle Construction Co., Inc. , known as 9 "Principal" herein and Federal Insurance Company and Liberty Mutual Insurance Company, a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "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 Nineteen Million Eight Hundred Seventy Three Thousand Eight Hundred Twenty Three 13 sum Of, Dollars and 75l100 Dollars 14 ($ 19,873,823.75 ), 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 t 8 day of _ 20 3 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 defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as WESTSIDE III — PHASE I — 42-INCH 23 WATER TRANSMISSION MAIN, City Project No. 102688-1. 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—PHASE 1-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 006113-2 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 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED� 5 this instrument by duly authorized agents and officers on this the day of f @.‘Vi!'(1q,! 6 ,20k-^1. 7 8 9 10 11 12 13 AI 'EST: 14 . 15 _ -, 16 (Princiial) Secretary 444 Name and Title 17 18 19 - 20 , 21 �1 � [k `y'� 22 Witness as to Principal/ 'C A 2cL . Ni 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 *Note: 42 43 Witness as to.8fit'ety Ryan Gray, Witness as to Surety PRINCIPAL: Thalle Constructio o., Inc. BY: ..00; ,-.,--{ 4,, Tully, Chief Executive Officer Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal Insurance Company Liberty Mutual Insurance Company By. 1 Si not -e Jaclyn limas, Attorney -In -Fact Name and Title Address: 202E Hall's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (215) 640-1000 Telephone Number: (617) 357-9500 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. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH WESTSIDE III — PHASE 1-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1,. 2011 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF Q UEENS nu ON THE2 DAY OF 1 2023 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO ME KNOWN, WHO, BEING BY ME DUL SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thane Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. CAROL R. GORDON Notary Public, State of New York No, 01G04680187 ACKNOWLEDGEMENT OF SURETY COMPANY Qualified in Queens County Commission Expires April 30, 20 `'k- STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 22°a DAY OF February, 2023 BEFORE ME PERSONALLY APPEARED Jadyn Thomas TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public Wiliam A. Drayton Jr. Notary Public ACKNOWLEDGEMENT OF SURETY COMPANY State of New Jersey My commission expires April 9, 2026 STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 22` d DAY OF February, 2023 BEFORE ME PERSONALLY APPEARED Jaclyn Thomas TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Co_ pany THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF,I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public William A. Drayton Jr. Notary Public State of New Jersey My commission expires April 9, 2025 FEDERAL INSURANCE CC WANY STATEMENT OF Mtn, . LIAUILiii s A!4D SURPLUS TO POLICYHOLDERS Statutory Basis Detnanher31, 2321 (In thousands) LlABILI7IES AND ASSETS SURPLUS 70 POLICYHOLDERS Cush and Short Tenn Invesbnsnca $ (587,30a) Outranneng Lama and Lana Emma $ 6,701,383 United Sntos Government, Slate Roinarnanee Payable on Loasse and Expancos 1.484,103 and Mus -ctenl Sonde 4,271,534 Unearned Prarn:uw 2,400 711 Other Sande 5,004,873 Ceded Rrk'eurannoo Premiums P&cyabts 388,332 Stadia 875,888 Other Ua6'SEas 40e.472 Other Invastzd Atx i 1.647.712 TOTAL INVESTMENTS 12._022.261 TOTALLIA®ILfI1ES 134510C4 Inva letentRy a: Ceplttai Stack 20.830 Great Northern Ina. Co. 414,830 Pald-In aunties 2,711,474 Vigilant Ina Co. 354,633 Unseatned Funds 1.803.1124_ Chubb Indemnity Ins. Co. 183,242 Chubb Nadoml In. Co. 100,301 SURPLUS TO POUCYHOLDERS 4.635.070 Other Affitabsa 116,373 Premiums Receivable 1,728,03 Other Meats 3.D7OAOG TOTAL LIA9!LITiES AND TOTAL ADtirrTEDASSETS _L._1e.____ _ SURPLUS &10Of77.t170 havaailmo tsars waled In sccerdcnce wtlh tettuiramentaruche National Association of Insurance Commiserators, At Clamber 31, 2021, Investments with a carrying voluo of $500,035,102 tare dapoalGd with government amihmitles as requited by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA ,taltn rotor, bong duly exam, esys that he ka Sontor Vic® Praeldsnt of Federal Insurers= Company no that to the bast o! hie knactadg3 and belief the throwing S $1nte slid caned etotsment of the sad Company's financial corid 3n a6 of the 31 et dtyr of Raemmbrt, +t021. Commonwealth of Poo oyhwnlo - Nolan' Soli Jeim:3L.Woo. NotaryPrtbil0 Pf11lod6Iph13 CO* My conimisslon elplfeal3t is 0r 10.2023 Cammlaolon gu b2r 1 7070 Membor, Peonoytvanle Aaiasladaa of Notatta3 Liberty Mutual. SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2021 Assets Liabilities Cash and Bank Deposits ... $2,234,770,744 *Bonds—U.S Government 4,250,615,811 *Other Bonds 16,983,165,862 *Stocks 20,075,458,019 Real Estate 182,250,567 Agents' Balances or Uncollected Premiums7,607,687,836 Accrued Interest and Rents 120,173,987 Other Admitted Assets 14,076,622,575 Total Admitted Assets S 5,530,745,401 Unearned Premiums $9,106,965,847 Reserve for Claims and Claims Expense 25,279,158,493 Funds Held Under Reinsurance Treaties ........ 315,537,902 Reserve for Dividends to Policyholders 1,726,291 Additional Statutory Reserve 139,634,000 Reserve for Commissions, Taxes and Other Liabilities 8,63 8,106,801 Total S43,481,129,334 Special Surplus Funds $178,192,363 Capital Stock 10,000,075 Paid in Surplus 11,804,736,755 Unassigned Surplus 10,056,686,874 Surplus to Policyholders 22,049,616,067 Total Liabilities and Surplus 565,530,745,401 * Bonds are stated at amortized or investment value; Stocks at Association Market Values_ The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2021, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8a' day of March, 2022. Assistant Secretary S-1262LMIC1a 3122 CHUMS Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company L ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Thomas MacDonald, Marisol Mo}lca, Edward Reilly, Krystal L. 5travato, Jaclyn Thomas and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert of Jericho, New York; Neil C. Donovan, and Gerard Leib of Berwyn, Pennsylvania each as their true and lawful Attorney -in -Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and an their behalf as surety thereon or otherwise, bonds and undertaldngs and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations, In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 6in day of April, 2022. Dawn i1. Lb taros, .l.ssfa nn t cecretiry STATE OF NEW JERSEY County of Hunterdon On this 6th day of April, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCH ESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Stephen M. Haney, Vice President Notarial Seal KATHERINIE J. ADELAAR. NOTARY PUBLIC OF NEW JERSEY No. 23166613 Cornmbb5tan Expires JUSy 16, 2024 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, rerognixances, contracts and other written commitments of the Company entered into. In the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment far and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-factofthe . Company is hereby authorized to execute any Written Commitment for and an behalf of the Company, under the seal of the Company or otherwise, to the extent that such action Is authorized by the grant of powers provided for In such persons written appointment as such attorney.ln-fact- Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf oftheCompany, toappoint lewriting any person the attorney-Im fact of the Company with full power and authority to execute, for and on behalf of the Company, under the sealofthe .Company orotherwise,suchWrittenCommitmentsofthe Company as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, far and on behalf of the Company, to delegate In writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal ar otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification ofonear more particular Written Commitments. The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect (ii) the foregoing Power of Attorney Is true, correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station,. NJ, this (3) is) SS. tJawr�-gym. e Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903. 3443 Fax (908) 903- 3656 a -mail• suretytschubb.cam Combined: FED-VIG-PI-VVFIC-MIC (rev. 11-19) Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies°], pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Edward Reilly; Jaclyn Thomas; Kevin T. Walsh, Jr.; Krystal L. Stravato; Marisol Mojica; Michael Marino; Thomas MacDonald Certificate No: 8207604-985316 all of the city of Whippany state of N7 each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and ell undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 6th day of April , 2022 . ui 0) c _ N co U co D 3 D ai O 4) co co D 9 � r>)im c 3 i U To C > e) Zcoi By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 6th day of April , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Commonwealth of penneyivanla -Notary Seal Teresa Pastels, Notary Paulo MrntomcryCounty My commis on expires March 28, 2025 Commission number 1126044 Member PennsyMenie AstoctaSon of No W lz9 By: eresaLtelz) Pm�dla, Notary Public Pastella, Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act In behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. • Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in- fect as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C, Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has riot been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of N 8) 0 'C 6 C CE o Q� 0.0 O4�) .c OcD N oCO 0_CO O p cCD CD (6 0 L) .0 0 o LL a Renee C. Llewellyn, Assistant Secretary LMS-12873 WIC CC1C WAIC Multi Co 02/21 Bond No. K41643249 Federal Insurance Company Bond No. 015220487 Liberty Mutual Insurance Company 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 0061 14- 1 PAYMENT BOND Page 1 of2 KNOW ALL BY THESE PRESENTS: 8 That we, Thalle Construction Co., Inc. , known as 9 "Principal" herein, and Federal Insurance Company and Liberty Mutual Insurance Company , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "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, Nineteen Million Eight Hundred Seventy Three Thousand Eight Dollars 13 in the penal sum of Hundred Twenty Three Dollars and 75/100 14 ($ 19,873,823.75 ), 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 day of j , 2Q_ , 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 III — PHASE I — 42-INCH WATER 23 TRANSMISSION MAIN, City Project No. 102688-1. 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 of the 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 —PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 0061 14-2 PAYMENT BOND 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 an this the - day of 3 1'u6tito ,20� 4 5 6 7 8 9 10 11 12 ATTEST: (Principal) Secretary ila,f. rt L ' I u W e_oL Q,GtAct N Witness as to Principal Al"IEST: a (Surety) Secretary Marlsol Mojica, Witness as to Surety Witnes as to Stiirety Ryan Gray, Witness as to Surety PRINCIPAL: Thalle Construction . o., Inc. BY: Si Peter , Tull , Chief Executive Officer N., e and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal Insurance Company Liberty Mutual Insurance Company BY: re Je yn Thomas, Attorney -In -Fact Name and Title Address: 202E Hall's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (215) 640-1000 Telephone Number: (617) 357-9500 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 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 — PHASE I —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEENS ON THE DAY OF F.. 2023 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO ME KNOWN, WHO, BEING BY ME DULY WORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thalle Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. (/3714.6".--• Notary Public CAROL R. GORDON Notary Public, State of New York ACKNOWLEDGEMENT OF SURETY COMPANY No, 01 G04080187 Qualified in Queens County Commission Expires April 30, 213, STATE OF NEW JERSEY COUNTY OF MORRIS ON THE 22nd DAY OF February, 2023 BEFORE ME PERSONALLY APPEARED Jaclyn Thomas TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. STATE OF NEW JERSEY COUNTY OF MORRIS Notary Public ACKNOWLEDGEMENT OF SURETY COMPANY William A. Drayton Jr Notary Public State of New Jersey My commission expires April 0, 2026 ON THE 22nd DAY OF February, 2023 BEFORE ME PERSONALLY APPEARED Jaclyn Thomas TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Company THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public William A. Drayton Jr. Notary, Public State of New Jersey, My commission expires April 0, 2020 FEDERAL INSURANCE COMPANY STATEMENT OV ASSETS. LLAU1U'T[SS AND SURPLUS YO FOLG•YKSL0@R8 Maiuloty ©ails Boon/Mar 31, 2021 On thousands) ASSETS Gash end Short Term Invoimants Unitsd 81raios Govammant, Stele and Munolpal Bonds Other Bonds Stooks Otherinvasted Ameba TOTAL INVESTMENTS Investments in Affiloto : Great Northam Ins. Co. Vigilant ins. Co. Chubb Indemnity ins. Co. Chubb National Ina Co. O1har AMIIstec Premiums Ruosissies Other Arta TOTAL ADMITTED ASSETS $ (587,300) 4,271,5.14 5,924,873 875,588 1.647.712 12.022.201 414,838 354,896 183,242 190,801 118,373 1,728,853 3.0n488 007.070 UASILITEES AND SURPLUS 70 POLIC»KDWDERS Out 1 ndIng Losses and Loss Ferias 3 8,701,383 Rainsurroce Poya3!3 on Loses and Expanses 1,484,185 Unarmed PrGGlnlum8 2,400,711 Ceded Reincvrennoo Premiums Payable 380,332 Other Uabll:ties 499.472 TOTAL LIABILITIES Capital Stock Paid -In Surplus Unassigned Funds SURPLUS TO POLICYHOLDERS - TOTAL LIABILITIES AND SURPLUS 13,451.094 20,980 2,711,474 1.903.622 4,635.978 , 18.037.070 Invaat manta are valued In accordance with requirements of the National Assodsean of insurance Commissioners, At December 31, 2021, Invoetrnnnia vAW a coning vnlu3 of $503,085,162 were depeeited catih llovarnmcntauthoritts es rogulrgd by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly sworn, says Ihat he is Senior Vico President of Fedsrel Insurance Company end that to irks boat of hie knowledge MA belief the foregoing IIssAs straw apnd correct sistemsnl of the said Company's !Wends! condhlon as of its 31 st day of Daoembar, 2021. Sworn before „y i )LL'�Ai..FI�-, � Commonwealth of Pe nia - Notary Sell Jaime ly,Yalea. Notary Public PhilodetptileCounty My commission explfe9 S t tombor 10.2023 Commission number 1517070 Mambas, Pennsyivan4m Association of Rotaries *Bonds — U.S Government *Other Bonds *Stocks Liberty Mutual. SUNE1'Y LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2021 Assets Liabilities Cash and Bank Deposits $2,234,770,744 4,250,615,811 16,983,165,862 20,075,458,019 Real Estate 182,250,567 Agents' Balances or Uncollected Premiums Accrued Interest and Rents Other Admitted Assets 7,607,687,836 120,173,987 14,076,622,575 Total Admitted Assets 165,530,745,401 Unearned Premiums $9,106,965,847 Reserve for CIaims and Claims Expense 25,279,158,493 Funds Held Under Reinsurance Treaties 315,537,902 Reserve for Dividends to Policyholders 1,726,291 Additional Statutory Reserve 139,634,000 Reserve for Commissions, Taxes and Other Liabilities 8,638,106,801 Total $43,481,129,334 Special Surplus Funds $178,192,363 Capital Stock 10,000,075 Paid in Surplus 11,804,736,755 Unassigned Surplus 10,056,686,874 Surplus to Policyholders 22,049,616,067 Total Liabilities and Surplus $65,530,745,4111 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKL, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2021, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2022. Assistant Secretary S-1262LMICIa 3l22 ICU Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Thomas MacDonald, Marisa] Mojica, Edward Reilly, Krystal L. 5travato, Jaclyn Thomas and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert of Jericho, New York; Neil C. Donovan, and Gerard Leib of Berwyn, Pennsylvania -------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 6o day of April, 2022. 1 5 A.9 Isivm Id. Chloroe, Assstant Secretary STATE OF NEW JERSEY County of Ilunterdon On this 6th day of April, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to he Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority, Stephen M. Haney, Vite Preside t Notarial Seal 5s. KATHERINE J. AOELAAR NOTARY POEM OF NEW JERSEY No.2318685 Commission Expires July 19, 20224 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a"Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -In -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to theextent that such action lsauthorized by the grant of powers provided for In such persons written appointment as such attorney-ln+fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalfafthe Company, under the seal of the Company or otherwise, such WrittenCanunitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, For and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may he by general type or class of Written Commitmentsorby specification of one or moreeparticularWritten Commitments. The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the sea] of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons toact for and an behalf of the Company, and such Resolution shall not limit or otherwise afuect the exercise of any such power or authority otherwise validly granted or vested;' I, Dawn M. Chlaros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this (5) fJaus-�v'c,. fines Fawn M. Chios., Assistant Secretati IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY 0.F THIS BOND OR NOTIFY U5 of ANY OTHERMATTER, PLEASE CONTACT US AT: Telephone (406) 903.3493 Fax. (908] 903- 3656 e-mail: surety@chubb.com Combined: FED-MG-PI-Wi=MC-AMC (rev. 11-19) Liberty Mutual SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8207604-985316 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohlo. Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Edward Reilly; Jaclyn Thomas; Kevin T. Walsh, Jr.; Krystai L. Stravato; Marisol Mojica; Michael Marino; Thomas MacDonald all of the city of Whippany state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 6th day of April , 2022 , ui d) 0) �m U f o(6 L. as om ga 00 c COO ra o.c EQ Ea. U To 2 o� Zo Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY On this 6th day of April , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Commonwealth of Pennsylvania • Notary Seal Teresa Pastelle, Notary Public Montgomery County Mycommisslon expires March 26, 2025 Commission number 112e044 Member, Pennsylvania Association of Notaries ey:aitizt4t) arsa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV-- OFFICERS: Section 12. Power of Attorney. Any officer or other offidat of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such atlomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President end attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE X111 — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, Is in foil force and effect and has not been revoked, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 Bond No. K41643249-M Federal Insurance Company Bond No. 015220487-M Liberty Mutual Insurance Company Page 1 of 3 00 61 19- 1 MAINTENANCE BOND 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Thalle Construction Co., Inc. , known as 9 "Principal" herein and Federal Insurance Company and Liberty Mutual Insurance Company, a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "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, Nineteen Million Eight Hundred Seventy Three Thousand Eight Hundred Twenty 13 in the sum Of Three Dollars and 75/1 no Dollars 14 ($19,873,823.75 ), 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 they day of t-61 t' X1 W1 , 20a3, 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") as provided for in said contract and designated as WESTSIDE III — PHASE I — 42- 25 INCH WATER TRANSMISSION MAIN, City Project No. 102688-1; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 I2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 00 61 19- 3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 3rd day of March 3 ,2023 . 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 31 32 33 34 35 36 37 38 39 40 41 Witness as to Principal C (2-0 L adt•c(o1i ATTEST: (Surety) Secretary Willisa Drayton Jr., Witness as to Surety Witness as t+"Surety Ryan Gray, Witness as to Surety PRINCIPAL: Thalle Construction o., Inc. BY: e eter ully, Chief Executive Officer Name and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal sur Krystal L. Stravato, Attorney -In -Fact Name and Title Address: 202B Hall's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (215) 640-1000 Telephone Number: (617) 357-9500 *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 physicaladdress 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. CITY OF FORT WORTH WESTSIDE III - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY OF QUEENS ON THE 3"' DAY OF Vll , 2023 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE CHIEF EXECUTIVE OFFICER OF Thane Construction Co., Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME, IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRII-IEN ABOVE. STATE OF NEW JERSEY COUNTY OF MORRIS CAROL R. GORDON Notary Public, State of New York No. 01 G04680187 ACKNOWLEDGEMENT OF SURETYQualified in Queens County COMPANY Commission Expires April 30, 201 2 Notary Public ./ ON THE 3`d DAY OF March, 2023 BEFORE ME PERSONALLY APPEARED Krystal L. Stravato TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Company, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY OFFICE IN THE ABOVE COUNTY, THE DAY AND STATE OF NEW JERSEY COUNTY OF MORRIS AND AFFIXED MY OFFICIAL SEAL, AT MY TEN VE. Sandy 8. James -Browne Notary Publio NotaryPublic StateattewJersey My commission expires September 16. 2026 ACKNOWLEDGEMENT OF SURETY COMPANY ON THE 3rd DAY OF March, 2023 BEFORE ME PERSONALLY APPEARED Krystal L. Stravato TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Liberty Mutual Insurance Company THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR sandy S JamaB-9rOVare Notary Public State of New Jersey My commission expires September 16; 2026 FEDERAL 1NSURANCE COMPANY IITAIIENENY OFASSPYS. LIABIUTTIES AND SURPLUS TO POLICYHOLDERS Statutory Bads Deoantbar31, 2021 (In thousands) L1AHILf 7ESAND ASSETS SURPLUS 70 POLICYHOLDERS Cash and Short Term Investments S (587,308) Outalandinp Losses and Lose Expenses $ 8,701,363 United Stales Government, State Reinsurance Payable on Lessee and Empanels 1,484,195 and Municipal Bonds 4,271,534 Unearned Premiums 2,400.711 Other Bonds 5,894,673 Ceded Reinsurance Premiums Payable 366,332 glades 675,580 Other Uab1tlties 408.472 Other Invested Assets 1,647,712 TOTAL INVESTMENTS 12.022,201 TOTAL LIABILITIES 13.451,004 lnvaalments In Atllietaa: Capital Stock 20,980 Great Northern Ina. Co. 414,638 Paid -in Surplus 2,711,474 Vigilant Ins. Co. 354,606 Unassigned Funds 1.903.522 Chubb indemnity Ins. Co. 1E13,242 Chubb National Ina Co. 190,801 SURPLUS TO POLICYHOLDERS 4,635.978 Other Athletes 116,373 Premium Receivable 1,726,653 Other Assets 3,078 486 TOTAL ADMITTED ASSETS $ 18.06_7 070 TOTAL LIABILITIES AND SURPLUS 318,487.070 Investments are valued In accordance with requirements of the National Assodation of Insurance Commissioners. At December 31, 2021, investments with a carrying value of 3500,085,162 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swam, says that he to Senior Vice President of Faders[ Insurance Company and that tattle best of his knowledge and belief the foregoing is a true and correct statement of the said Company's Mendel condition as of the 31 at day of December, 2021. Swam before Commonwealth of pennsytvonla - Notary Seal Jaime L. Yates, Notary Public Philadelphia County Niycommission expires S to�ner10,2033 Commission number 135/070 Member, Pennsylvania Association of Ngtories *Bonds — U.S Government *Other Bonds *Stocks Real Estate. Agents' Balances or Uncollected Premiums Accrued Interest and Rents Other Admitted Assets Liberty Mutual® SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2021 Assets Liabilities Cash and Bank Deposits $2,234,770,744 4,250,615,811 16,983,165,862 20,075,458,019 182,250,567 7,607,687,836 120,173,987 14,076,622,575 Total Admitted Assets $65,530,745,401 Unearned Premiums $9,106,965,847 Reserve for Claims and Claims Expense 25,279,158,493 Funds Held Under Reinsurance Treaties 315,537,902 Reserve for Dividends to Policyholders 1,726,291 Additional Statutory Reserve 139,634,000 Reserve for Commissions, Taxes and Other Liabilities 8,638,106,801 Total $43,481,129,334 Special Surplus Funds $178,192,363 Capital Stock. 10,000,075 Paid in Surplus 11,804,736,755 Unassigned Surplus 10,056,686,874 Surplus to Policyholders 22,049,616,067 Total Liabilities and Surplus 565,530,745,401 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2021, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2022. Assistant Secretary S-12S2LMICla 3122 CHlOE* Power of Attorney Federal Insurance Company 1 Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Thomas MacDonald, Marisol Mojica, Edward Reilly, Krystal L. Stravato, Jaclyn Thomas and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert of Jericho, New York; Neil C. Donovan, and Gerard Leib of Berwyn, Pennsylvania each as their true and lawfulAttorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to In said bonds or obligations. In Witness Whereof said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 6th day of April, 2022, Dawn M. Chlorcx,, Assistant Secretary Stephen M. Haney, Vfce President STATE OF NEW JERSEY County of Hunterdon SS. On this 6th day of April, 2022 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chioros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal KATHERINE J. ADELAAR NOTARY PUaLIG OF NEW JERSEY No. 2316685 Commission Expires July 18, 2024 Notary Punne CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY an August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company lshereby authorized toexecuteanyWritten Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-factof the Company is hereby authorized to -execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -In -fact Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification ofnneer mare particular Written Commitments. (6) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing. Resolution shall not he deemed to he an exclusive statement of the powers and authority of pikers, employees .and . other personsto act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of anysuch power or authority otherwise validlygranted or vested." 1, Dawn M. Chioros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adapted by the Board of Directors of the Companies are true, correct and in full Force and effect (ii) the foregoing Power of Attorney is true, correct and in full force and effect, Given under my hand and seals of said Companies at Whitehouse Station, NJ, this M arch 3, 2023. (3) Dawn M. Chlorm Assistant Sccretar IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT U5 AT: Telephone (908) 903-3493 Fax (408) 903.3656 e-mail: suretvi6chubb.com Combined: FED-MG-PI-WFMC-AMC {rev. 11-19) Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Edward Reilly; Jaclyn Thomas; Kevin T. Walsh, Jr.; Krystal L. Stravato; Marisa! Mojica; Michael Marino; Thomas MacDonald Certificate No: 0207604-985316 all of the city of Whippany state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 6th day of April , 2022 . By: State of PENNSYLVANIA ss County of MONTGOMERY On this 6th day of April , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company ,Areir4117: David M. Carey, Assistant Secretary Commonwealth of Pennsylvania - Notary Seal Teresa Pastelle, Notary Public Montgomery County My commission expires March 241, 2025 Commission number 1126044 Member, Pennsylvania Assoetatlen of Notaries By: ipe,4,) Ltd& erase Pastella, Notary Public erase Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature: of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed, I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a futl, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of March , 2023 , uT cu U '5 Tel c� .— O cE as 411 o 0 o W ¢`a -0 oC a▪ CO 00 cCD ▪ � 13U 0 d sa `off LL a By: Renee C. Llewellyn, Assistant Secretary LMS-12373 Lh1IC OCIC WAIC Muni Co 02/21 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 (Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OP FORT WORTH WESTSIDE III -- PHASE 1--- 42-INCH WATER. TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 102688-1 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: W232021 � ��7Y�� �^~�`�'��� ���������'������ �� ���CONSTRUCTION CONTRACT TABLE OF CONTENTS Artic]el—Dcfiniti000s and Terminology —.-----................--------.--~.....—......I 1.01 Defined Terms ............................................................................................................................... ] 1.02 Terminology .......................... ............ ................................................................................ h Article 2—Preliminary Matters .........----_.--.....................—.-----' ......7 2L01Copies of Documents --....................................................................................................... 2L02 Commencement o[Contract Time; Notice toProceed _—.._—................................. 2.03 Starting the Work .'............—..-----.---.....^.^'—.--_--'---8 2-04 B e1ore Sia/Li«gConstrue tiouz....................................................................... .......... ................. 8 2.05 I`rccwnotruuiionComferczuco ........................................................ .................................@ 2,06 Public Meeting ........................... .................................................................... 8 2.07 Initial Acceptance ofSchedules —..—.......--.—.—'—__—.—~'..—.^.^--.8 Article 3—Contract Doouooeuts: ln1cn1 Amending, Reuse ......................... ........................................... 8 3.01 TrdenL..----.—'--.. .............. ........ ...... ............................................................... 8 3.02 Reference Standards ........................................ ..—.—.—.------.—.------'g 3.03 Reporting and Resolving Discrepancies ----.--^^_... 3.04 Amending and Supplementing Contract Documents ............................................lO 3.05 Reuse ufDocuments .................................. .....................................-._---^-10 Article 4— Availability of Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ................................................... ........................................................ ll 4.01 Availability of Lands .... ................................................................................................... 1l 4.02 Subsurface and Physical Conditions .-------.—.----------.l2 4.03 Differing Subsurface orPhysical Conditions ._.--.-------------.---l2 4.04 Underground Facilities .—.--.—........................—''—.—..—...........—.'l3 4.05 Reference Points ---.- .............._—.—............—.—.--.--}4 Article J—Bonds and Insurance ...................................................................................... .^.......................... 16 5.01 Licensed Sureties and Insurers ...........—....-------------..,.....l6 5.82 Performance,Payment, and Maintenance Bonds --------.---.—........,..|6 5.03 Certificates ofInsurance ........................................................................................................... ..|d 5.04 Contractor's Insurance '................ .... -..-...................................................................... l# 5.05 Acceptance of Bonds and to Replace ----.----.—.—.--.l9 Article 6—Contractor's Responsibilities —_---.._..............--.—..—.----------.lg 6.01 Supervision and Superintendence ..................... ........................ ................................... }q CITY opFORT WORTH STANDARD CONSTRUCTION McIFxcArIOm DOCUMENTS 6.02 1lOor0 ._--............... ... ,............................ .'..—.....,�� 6.03 Services, Materials, and Equipment ._-----------------.---.--.20 6iO4 Project Schedule ----- —..--.....--.~.—.---------.'---..2l 605 Substitutes and `....................................................................................................... 2} 6.06 Concerning Subcontractors, Suppliers, and Others .............. ---.-------.24 6/07 Wage Rates —.---'--'--'----_—_—.----.--_'---------'---Z5 608 Patent Fees and Royalties --._'^_.^..,.....'—,—.—._—_--'----'--'--26 6.04 Permits and Utilities ................ ............. ................................................................ 27 6.10 Laws and Regulations ..—,—.—..—'-----.—'---_—_27 6.11 Tuou:o ................—.....----.......'....._.---'—'--'—^~'^^'^^~^28 6.12 Use of Site and Other Areas —^.—..~..~.'.—..~... ...............................................28 6.13 Rzou/dDoonzoeot .................................................2A 8`14 Safety and Protection ............................................................................................................... —2g 615 Safety Representative ..................................................~.^—_—'_—_—_—'--'—'30 6.16 Hazard Communication Programs .-----------~—~.....^.~—_'_-_.__..__..30 6.17 Emergencies and/or Rectification ............................................................................ --..30 6.18 Submittals ----.------------..^—^—..^~..^...—_.—______3/ 6,19 Continuing the Work ----'—.'--.—^—..'..~~..........—.--'---3Z 6.20 Contractor's General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification .................................. ............................................................................. 33 8.22 Delegation nfProfessional Design Services —.------.—...^.....-------34 623 Right tnAudit --'-----'—.--'------.--- ---.-34 6.24 Nondiscrimination .---_—'----'----'—.^—..... 35 Article 7—Other Work a1the Site ............................................................. ____35 7.01 Related Work otSite -------.-----.—_............ ----..35 Article 8—City`x Responsibilities .--.-----.................................................................... 8.03 lPoyWhaoI]oc _—'--_-----.—.—'.—.—...........'..--._-----''36 8.04 Lands and Easements; Reports and Tests ---._...—.---------------36 8.05 Change {}zdozn ------_—'-----------._-----_._----------36 8.06 TrIspections, Tests, and Approvals, ..'----'--'—........................... .......................... 36 8.07 Limitations noCih/o Responsibilities —.—.------........--.-----.--.37 8.08 Undisclosed Hazardous Environmental Condition ...........................................................37 Article 9—Citv'x Observation Status During Construction ..—..........,_-------.—.--37 9.01 Ci/n,aPrnect Manager ........... ............................................................................... 37 9.02 Visits boSite —.--.---....—.—'----.----'-------37 9.03 Authorized Variations in Work —.—.--.-.—...--_._----------.. 38 9.04 Rejecting Defective Work .............................................................................. .-----.38 9.05 Determinations for Work Performed ---....—......_.--------------.3Q 9.06 Decisions on Requirements ofContract Documents and Acceptability of Work --38 CITY m'FORT WORTH STANDARD CONSTRUCTION oPEomm^ooN noouMumra Article |0- l0.O1 )U.02 10.03 Changes inthe Work; Claims; Extra Work -..--.,...,............................................ Authorized Changesinthe Work ---------.-'--.~...^~^-^-----.-~38 Unauthorized Changes inthe Work --'------.---'_,_,,________39 10.04 Extra Work ........................................................... 10.05 Notification to Surety __~.................... ^^^^^^^^^-^-----^~^'`^^^'^^^'^''`39 ............................................. ____3 g ...............-----'...,........... 40 Cost of the Work; Unit Price Work, �Plans Quantity Measurement .----.4l Cost ofthe Work ----._.-.'......--_-.-.---...........-.41 Allowances -------.-.-----._.....-.._.----.-.---.......-..43 Unit Price Work .-'...........----.-''.-..-.~.......~..-.-.. .44 Article 13- Change n[Contract Price; Change ofContract Time ................................. ~.............. .46 }2.0} Change 0fCnutractPrice............................................................................................................ 48 12.02 Change ufContract Time .-_----------.--.---._-------_-47 12.03 Delays ........... _....................... ................ ................................................................. 47 Article l3-Tests and Inspections; Correction, Removal orAcceptance ofDefective Work ---.4� l3.01 Notice ofDefects --'-----.-.'---............................................................... l3.02Access ToWork ---------'_-..~^.^.^..-^_---'--.^''~~^~'^^'~48 13.03 Tests and Inspections .............-.----.--...--~....--^----.'--..48 13.04 Uncovering Work ....................................................................................................................... 4g 13-05 City May Stop the Work ............................................................................................................. 4g 13.00 Correction 0rRemoval ofDefective Work .---------.........-..-._-..50 13.07 Correction Period ---....................---_-___,.,,._^_~,_^^50 13.08 Acceptance mfDefective Work ................................................................................................... 5| 14.0} l4.(2 14.03 14.[4 [4.O5 |4.86 14.07 14-00 ]4.80 ScheduleufValues ................................ ..... ~....................................................... 52 ProgressP..........................................'...............^...........'........................~52 '~^^^^-^--'------~^-^'''~^`~''-^''-------^-'-55 55 Final Tnspection. Final Acceptance .....-.----.-.---.--.'--'~`^^^^'~'~^-'--~'--'-^-^55 Final,--~,~,,,,,,,,,.,,,,,,,._,_______,,^,,..^~,..'~~_.._.__,..56 Iizu| Completion IJe lavcdand Pazƒiaj Retainage Release ---------.......-.56 Article 15- Suspension ofWork and Termination ----.---------------..-57 15.0I City May Suspend Work -----.--------.---'-.--..--_.----57 15.02 City May Terminate for Cause ................. ._............................................................... 58 Article ]6-Dispute Resolution ..'--..------------.-~.-.-..^.~.-.-^--.-.-6} CITYoxFmovmoTH STANDARD CONSTRUCTION nmCIrIC^rInm 000comzmos Articlel7—Miscellaneous .......................................................................... ................................................... 62 17.01 Giving Notice ...........------------------.—.—.—._.---.b2 17'02 Computation ofTirne8 ......................_—'------.---'------.-----h2 17'03 Cumulative Remedies .......—.--................................................................................... 17J04 Survival of ObligatioDs..........'.--.----_---------'—_--_---..d] 17]]5 Headings ............... _'—.............................................................................................. b3 CITY nrFORT WORTH STANDARD CONSTRUCTION muoIFICAzzon DOCUMENTS 007200-1 GENERAL CONDITION S Page 1 of 53 ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Whereverusedin 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. b, Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day— A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. CalendarDay —A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: S0312021 007200-1 GENERALCONDITION 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 Worlc 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. C1TY OF FORT WORTH ST ANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8&2 2021 007200-I GENERAL CONDITION S Page 3of63 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: 8I23(2021 007200-1 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 Proceed —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, oll sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITI' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8,23/202I 00'72 00 - GENERAL CONDITION S Page 5of63 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 thru 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: 8/23/2021 007200-[ GENERAL CONDITION S Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembledby 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 Jnspection. 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.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICA TIO N DOCUMENTS Revision: S23/2021 007200-1 GENERAL COND ITION S Page 7 of 63 1. The Contract Documents include the te "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, Peifarm, 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 niay be given no earlier than 14 days after the Effective Date of the Agreement, iinless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRIICTION SPECIFICATION DOCUMENTS Revision: W23/2021 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8f23/2021 0.07200-1 GENERAL CONDITION S Page9of63 section. The Contractor shall not take advantage of any variation of foitn, 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, patiners, 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. Contractors Review of ContractDocuments 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: s23/2021 007200-1 GENERAL CONDITION S 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: 8123021 00 72 00 -1 GENERAL CONDITION S 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 furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. 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 WORTFI STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8/23I2021 00.72 00 - I GENERAL CONO IT ION 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 CONSTRU C T IC N SPECIFICATION DOCUMENTS Revision: 80311021 007200-� GENERAL COND IT ION 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: I. 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 or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2 21 007200-1 GENERALCONDITIONS 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: 8/23/=021 007200-I GENERAL COND IT ION S Page 15ofG3 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 (iif) 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 redone 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 by Contractoror by anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemni0 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 SPEC IF ICA TI0N DOCUMENTS Revision: 8/23/202I 00 72 00 -1 GENERAL CONDITION S Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties andlnsurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the 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. 17. 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 of Insurance 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: 8t23t2021 00 72 00 -1 GENERAL COND IT ION S Page 17of63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City, 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5, All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONST RUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2O21 00 72 00 -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 fast -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and EmployersLiability. 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 CONST RU CTIO N SPECIFICATION DOCUMENTS Revision: 82312021 00 72 00 -1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. AutamobileLiability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8123/2021 007200-I GENERAL CONDITION S 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 tor 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 eleetronic 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 SPECIF ICA T IC N DOCUMENTS Revision: 8/231202I 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 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 inay 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: S/2312021 00 72 00 - I 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 01 25 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: 8/230:021 00 72 00 -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 ConstructionMethods 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.B. 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 perforrnance 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.B. 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: 8/23/2021 00 72 00 -1 GENERAL CONDITION S 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 onailssions 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 CONS T R U CT 10 N SPEC IF IC A T TO N DOCUMENTS Revision: 8t23I2021 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. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and 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 CONSTIIIICTION SPECIFICATION DOCUMENTS Revision: 8123/2.021 007200-1 GENERAL CONDITION S 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 after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 party in the arbitration. The decision and award of the arbitrator is final andbinding 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 prevalling wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the 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 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 any infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82312021 00 72 00 -1 GENERAL CONDITION S Page 27.of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing perrnanent 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 CONSTIUJ CT!ON SPECIFICATION DOCUMENTS Revision: 8/23/2021 007200-I 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. httpJ/www.window.state.tx.us/taxinfo/taxfozms/93-forms.htrnl 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 commnenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF IC A T 10 N DOCUMENTS Revision: 823/2021 00 7200 -1 GENERAL CONDITION S 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: 81230021 00 72 00 -1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affectedby 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 Paragraph6.14.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: 8123/2021 007200-1 GENERAL CONDITION S Page 31of63 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. I. Submit number of copies specified in the General Requirements. 2. Data shown 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 CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: 8 .3/2021 007200-1 GENERAL CONDITION S 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 ContractDocuments 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 safetyprecautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: S/23/2021 00 72 00 -1 GENERAL CONDITION S 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 Imless 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 of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS_INDEMNIFICATION IFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE _AND _BE EFFECTIVEEVEN IF IT IS ALLEGED OR_PROVEN THAT ALIT OR SOME OF THE DAMAGES_BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NE(YL1 QIINCF, OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agre es to indemnify and hold harmless, at its own e xpense, 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 01 the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISLQN IS CITY OF FORT WORTH STANDARD CONST RU CTION SPECIFICATION DOCUMENTS Revision: 8r23/2021 00 72 00 -1 GENERALCONDITION S Page 34of63 SPECIFICALLY INTENDED TO_OPERATJLAND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT 4LT. OR SO E OF TIE DAMAGES BEUNIG SQil_C=HT WERE CAUSED. _TOOL 1 : ' : RIP, 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. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 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 docnnments 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 00 72 00 -1 GENERALCOND ITION 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 m 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: S/23/2021 00 72 00 -1 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 Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is 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: 8/23/20221 007200-I 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: 8/23 202I 00 72 00 -1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10. 01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A, Should a difference arise as to what does or does not constitute Extra Work or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work afler 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. 13. 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 s.et of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONST RU CTION SPECIFICATION DOCUMENTS Revision: &2312021 007200-1 GENERAL. COND IT ION S 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 CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL CONDITION S Page41 of63 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.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.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 fizll 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8a3/202I 007200-I 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 simiar 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 there 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 CONS TRU CT ION SPECIFICATION DOCUMENTS Revision: 8/23/2021 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.B, 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: CITYOF FORT WORTH STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS Revision: 891 007200-I 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 iinit 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 Imit 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 withParagraph 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 Quantifies: 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: 312021 007200-I GENERAL CONDITION S 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 milt 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 unlit 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 representthe exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under `Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82312 2I 007200-I 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reachedunder Paragraph 12.01.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 agreedupon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2,b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8I23/2I121 007200-1 GENERAL CONDITION 5 Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.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 11.01.A,6, and 11,01.B; 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, frres, 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 CIF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: W23ao21 007200-] 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: 8,23/2021 007200-I GENERAL CONDITION S 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 ContractTime, 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: 8123/2021 00 72 00 -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 or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: I. 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: 2123'2021 007200-I GENERAL CONDITION S Page 5 I 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 ofDefective 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 P aragraph. 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: 8C2312021 007200-I GENERAL CONDITION S 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 necessaryrevisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: $12312A21 00 72 00 -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 executedWork, 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 checkthe quality or the quantity of the Work as it has beenperformed 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 CONST RUCTION SPECIFICATION DOCUMENTS Revision: 8/2312021 00 72 00 -1 GENERAL CONDITION S 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 enumeratedin 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: 523t2021 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any 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. PartialUtilization wilt not constitute Final Acceptance by City. 14.05 Final Inspection 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 particillars 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 CONST RUCTION SPECIFICATION DOCUMENTS Revision: S/23F2021 00 72 00 -1 GENERAL CONDITION S 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 Retain age 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 DOCUMENTS Revision: 8/23/2021 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 RetainageRelease. 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 acceptedfor 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: 8123/2021 007200-I 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: 8/73t2021 007200-1 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 exceedsuch 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 Warlc, ar 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 ar 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 WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: S23f2021 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 tunes, 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, ceitified 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 CONSTRU CT 10 N SPEC ITICATLON DOCUMENTS Revision: 8723/2021 00 72 00 -1 GENERAL CONDITION S 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 attrlbutable 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.D 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: 8I23/2021 007200-1 GENERAL CONDITION S 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 fum 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 ofTimes 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: 8I23/2021 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, CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8%23C1021 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. A]I 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.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of November 10, 2022: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER ID/NAME TARGET DATE OF POSSESSION ID 3.50' Water and Reclaimed Water Line Easement — Walsh ID 5. 50-80' Water and Reclaimed Water Line Easement — Walsh ID 14. Temporary Access Easement — Walsh City of Fort Worth City of Foil Worth City of Fort Worth November 2022 November 2022 November 2022 ID 15. Temporary Access Easement — Stephen Murrin City of Fort Worth February 2022 ID 16. Temporary Access Easement — Donegal Hills, LP ID 17/18. Temporary Construction Easement — Walsh CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 City of Fort Worth February 2022 City of Fort Worth November 2022 WESTSEDE I1I — PHASE I — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 PARCEL OWNER TARGET DATE ID/NAME OF POSSESSION ID 19. Temporary Access Easement — Walsh City of Fort Worth November 2022 ID 20. Temporary Construction Easement -- Walsh City of Fart Worth November 2022 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. 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 November 10, 2022: EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF 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. 103-21-389, dated December 21, 2021, 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 September 30, 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. CITY OF FORT WORTII WESTSIDE III — PHASE I 42-INCII WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 (1) City (2) Consultant: Kimley-Hole and Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the 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 Iiability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy Iinut 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: (I) 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" CITY OF FORT WORTH WESTSIDE III — PHASE I—42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None 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: (I) 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 Iine 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. CITY OF FORT WORTH WESTSIDE III — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1026$8 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.04., "Project Schedule" Project schedule shall be tier Tier 3 for the project. 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.gov/Prof ectResources/ 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 Utility 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 penn.its and/or licenses required by the Contract acquired by the City: OWNER PERMIT OR LICENSE AND LOCATION DATE OF POSSESSION City of Fort Worth Floodplain Permit — FDP-22-00143 04/26/2022 City of Fort Worth Floodplain Permit — FDP-22-00232 06/14/2022 Eniink Letter of No Objection at Gas Crossings 04/13/2022 BKV Corporation Letter of No Objection at Gas Crossings 08/17/2022 Tarrant County Alignment Approval 10/18/2022 Atmos Letter of No Objection at Gas Crossings 10/20/2022 Texas Historical Commission Antiquities Permit 10/25/2022 TxDOT 42-Inch WS III Utility Installation —120 10/25/2022 TxDOT 36-Inch WS IV Utility Installation — 120 10/27/2022 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 November 10, 2022: Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH WESTSIDE III —PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688 Revised March 9, 2020 OWNER 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 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: Vendor Scope of Work Coordination Authority Westside III Phase 2 42-Inch Water Main Contractor (CPN 102688-2) 42-Inch Water Main Construction City Westside III/IV/V Transmission Mains 42- and 36-Inch Water Main Construction City/McKee Construction Markum Ranch Pump Station Pump Station Construction City/Crescent Construction SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Walter Norwood, P.E., or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-16.O1C.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. Magariia SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH WESTSTDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRRYUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised March 9, 2020 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL Page 1 of3 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 USEDI 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 an 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 [II - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall he 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 WORTI-[ WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688- t Revised December20, 2012 01 11 00 -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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102688-1 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL L1 SUMMARY 0i2500-I SUBSTITUTION PROCEDURES Page I of 4 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 I11— PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July I, 201 I 012500-2 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 ITT -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 0I2500-3 SUBSTITUTION PROCEDURES Page 3 of4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: 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 PHASE I --42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102658-1 Revised July I, 2011 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 — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 013119-1 PRECONSTRUCTION MEETING SECTION 0131 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY Page 1 of3 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. Proj ect 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 I1I — PHASE I — 42-INCII WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 17, 2012 013119-2 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. S. 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 m. 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 jj. Questions or Comments CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page3 of3 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 USED1 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 -- PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 17, 2012 01 31 20- 1 PROJECT MEETINGS SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY Page 1 of 3 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. ReIated 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 INOT 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 — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 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 m. Review proposed changes for: 1) Effect an 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 -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRTJCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 01 31 20 - 3 PROJECT MEETINGS Page3 oC3 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 III -- PHASE 1-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 013216-] CONSTRUCTION PROGRESS SCHEDULE Page l of 10 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1- 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 —PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-] Revised August 13, 2021 01 32 16 -2 CONSTRUCTION PROGRESS SCHEDULE Page 2of10 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 I11-- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 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 III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page4of10 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_O1 • 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 (Iater) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORTH WESTSIDE III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 102688-1 Revised August 13, 2021 013216-5 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 th.e 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.H 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 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. 1. 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 -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 01 32 16 -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 .30.20 .30.30 .30.40 XXXXXX.30.50 Design Contractor Agreement Conceptual Design (30%) Preliminary Design (60%) Final Design Environmental XXXXXX.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 XXXX00(.80.81 XXXXXX.80.83 XXXX0�.80.85 XXXXXX.80.86 Bid and Award Construction Execution Inspection Landscaping )XXXXX.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 III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-1 Revised August 13, 2021 01 3216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of ] 0 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 #M 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 III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 013216-8 CONSTRUCTION PROGBSS SCHEDULE Page 8 of I 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 III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 013216-9 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] 1.19 FIELD ]SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] 1.12 ATTACHMENTS Spec 01 32 16.1 Construction Project Schedule Baseline Example Spec 01 32 16.2 Construction Project Schedule Progress Example Spec 01 32 16.3 Construction Project Schedule Progress Narrative CITY OF FORT WORTH WESTSIDE ICI — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised August 13, 2021 013216-10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DAT;_, NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. CITY OF FORT WORTH WESTSIDE III — PHASE I—42-INCFI WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268S-1 Revised August 13, 2021 013233-1 PRECONSTRUCTION VIDEO Page I oft SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - 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 - PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised July 1, 2011 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 — PHASE I — 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688- l Revised July 1, 2011 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY 013300-1 SUBMITTALS Page 1 of 8 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 —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised December 20, 2012 0133 00 - 2 SUBMITTALS Page 2 of S 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 '/2 inches x 1 l 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 IH -- PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268S-1 Revised December 20, 2012 013300-3 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 — PHASE I-- 42-INCLI WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised December 20, 2012 01 33 00 -4 SUIJMITTALS Page 4 of 8 9) Production or quality control inspection and test reports and certifications I0) Mill reports 1 I) 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-I Revised December 20, 2012 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 I) 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 fords 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 I 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 Ili — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised December 20, 2012 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 I) "EXCEPTIONS NO LED/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 W ESTSID E III "- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised December 20, 2012 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 — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-I Revised December 20, 2012 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 Ill — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-1 Revised December 20, 2012 1 2 3 PART 1-- GENERAL 4 1.1 SUMMARY SECTION 01 3513 SPECIAL PROJECT PROCEDURES 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 013513-2 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 0! 3513-3 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 1 ] 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 —PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 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 f) 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 blockuntil 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 I. 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 — PRASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 013513-5 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 an 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 — PHASE I — 42-INCI-1 WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 1 0I3513-6 SPECIAL PROJECT PROCEDURES Page 6 of8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4,E— Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH WESTSIDEI7I— PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 013513-7 SPECIAL PROJECT PROCEDURES Page 7of8 1 EXHIBIT A 2 3 4 5 6 Date: 7 8 CPN Na.: (To be printed on Contractor's Letterhead) 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 N1{E OF CQRSITIVCII QN THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH WESTSIDE III — PHASE I —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 Dam EXHIBIT B FORT WORT DOE NO. XXXX Name:Project 013513-8 SPECIAL PROJECT PROCEDURES NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-V i1'I, PLI! ASE CALL: MR. OR MR. AT Page 8 of 8 (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF PORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 11, 2022 014523-1 TESTING AND INSPECTION SERVICES Page 1 of2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - 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 I. 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 I. 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised March 9, 2020 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 Litne 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 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. 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 —PHASE [-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised Match 9, 2020 01500.0-1 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 01 50 00 - 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. S. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Woxlc. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitaiy 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 Iess 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 1II - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102688-1 Revised July 1, 2011 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 loR] 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 IH - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 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 - PHASE] - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 201 1 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of3 1 2 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - 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 - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 22, 2021 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 Perinit, 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 Iatest 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 - PRASE 1- 42-[NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 22, 2021 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [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 12 Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/21021 M. Owen I.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.1.c Added language to allow for use of published traffic control "Typicals" if applicable to specific project/site. 1.4.F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH WESTSIDE III - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 22, 2021 01 57 13 -1 STORM WATER POLLUTION PREVENTION Page 1 af3 SECTION 01 5713 STORM WA I'bR POLLUTION PREVENTION PART 1 - 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 1 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 III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1,2011 01 57 13 -2 STORM WATERPOLLUTION PREVENTION Page 2 of 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, Environlental Division, (817) 392-60.88. 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 III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 015713-3 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 01 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 HI - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July I, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of3 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - 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 lox] 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 III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102688-1 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102688-1 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 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 Requiretents 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: https://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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 9, 2020 01 60 00 - 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 9, 2020 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - 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 I 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 - PHASE I-42-INCIi WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 21314 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 Proj ect Representative. CITY OF FORT WORTH WESTSIDE III PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-] Revised July 1, 2011 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 [cm] 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 USEDI 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE IIl - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688 Revised November 22, 2016 01 7000 -2 MOBILIZATION AND DEMOBILIZATION 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 WESTSIUE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688 Revised November 22, 2016 017000-3 MOBILIZATION AND R1~MOBILIZATION 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 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5 Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 I) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.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 III - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4of4 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 11/22/16 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. CITY OF FORT WORTH WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688 Revised November 22, 2016 0]7123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 7123 CONSTRUCTION STAKING AND SURVEY PART 1 - 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 HI - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-I Revised Febwary 14, 2018 017I23-2 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 SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CPrY OF FORT WORTH WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised February 14, 2018 017123-3 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 01 71 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised February 14, 2018 017123-4 CONSTRUCTTION 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 250 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 250 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102.688-1 Revised February 14, 2018 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. ESRT Shapefile (.shp) CITY OF FORT WORTH WESTSIDE III - PHASE 1 - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.esv), formatted with X and Y coordinates in separate columns (use standard templates, if al,ailable) 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 circumst»nces, 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.Ift 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 PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised February 14, 2018 01 71 23-7 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 LoR] 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 3`d 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 - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 8/31/2017 M Open Added instruction and modified measurement & payment under 1.2; added 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. 2/14/2018 M Owen Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised February 14, 2018 FIRT WORTH® Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Utilities\061018380-Westside111-30-IN-WI.\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards,docx Page 1 of 22 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.govftxdotmanuals/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 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 VIII. Curb and Gutter Staking 1X. Cut Sheets X. As -built Survey K:\FTW_Utilities\061018380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 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 ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL WHITE R E [) YELLOW TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item ORANGE PINT{ f GREEN: P l 1 R PALE. 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\061018380-Westsidelll-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div O1\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 Ill. 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 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 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 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, 'X' 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 paints 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=0 C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\06101:8380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful 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. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_421:12_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 False_N o rth i ng: 656166 6.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitud e_Of_Origi n: 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 .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Paint 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\061018380-WestsideII1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018380-Westside111-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 POINT NUMBER 1016 CONTROL POINT NUMBER 0 CP DOUBLE SLASH DOUBLE SLASH ELEVATION EL.= 100.OD' COORDINATES N=5000.00 E=5000.00 I 0 EY 0 1- I— D —J < CO D= 0 ETCHED IN CONCRETE V. Water Staking Standards K:\FTW_Utilities\061018380-Westsidelll-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents 1. 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 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 [I. Center of the meter should be 3.0' behind the proposed face of curb [[[. 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 Center of Hydrant should be 3.0' behind proposed face of curb 11. Survey offset stake should be 7,0' from the center and perpendicular to the curb line or water main ll I. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults 1. Offsets should be perpendicular to the proposed water main IL RIM grades should only be provided if on plans Example Water Stakes K:\FFW_Utilities\061018380-Westsidell I-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 L 0 L (SIDE FACING ) z 0 ILY 7' o/s W/L (SIDE FACING U 1017 srk=2-aa EL,.101.16' c-.62 \ o o \ L., \ 4 J V 6 1 m.. 6 e \ lc/. zz 2 8 11+ 7 ta la F 4 q il - CO sT-A= 0 I3 C1 tz- LA xmi VI. Sanitary Sewer Staking K:\FTW_Utilities\061018380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking —Straight Line Tangents 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 I11. 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 50D 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 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\061018380-Westsidelll-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes ai z 0 ./s. ss 61 Li 0 1 s t o/s , sssr_ 3.1IaII�� z Q (SIDE FACING Lj 12 0/5 5s � �sn A a L7' 0/S Q SS srA�a}oo c-on PVT csaII 2 C-°�' 8 14 gls F+9 K,\FTW_Utilities\061018380-Westsidel11-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents 1. 1 offset stake every 200' on even stations II. 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 [I. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets Staking distances should be measured from end of wing II. 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 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\061018380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A Survey Staking Standards.clocx Page 12 of 22 BACK (30E FkM14G P.a.%) POINT # Iti� tfllE ELEYAS1R1 Example Storm Inlet Stakes FRONT (SIDE FACING -) 2 hd1W> FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES WHICH END OF THE WIND BEING STAKED INLET STATION (IF NOTED ON PLANS) IDENTITIES GRADE TO TOP OF OURS IDENTIFIES QRADE TO FLDWUNE '1' NUS WITH TAM r_ In 6 b 0 BACK OF CURB BACK 5UE FROND n.aw) PRINT p g HUH 13.ZNAVIWN p1STANOES FOR !RIFTS STANDARD 16' - 16' RFCP^.SSED 11 - STANDpRD DRJRLE 10 — 26.6i RECESSED DOJBLE 1O' - 4_@ F 0T (SIDE FACING Q.) HACK cr INLET FLiy/ILINE FACE OP INLET EDGE: OF PAYMENT EDGE OF PAVEMENT IDENTIFIES YA-NCH END Cr THE 'MNG BEIND STAKED BACK OF CURB 7 ;•'•WINK= `:,1. FACE GF INLET FLDWLINE EDGE OF PAVEMENT EDGE OF PAVEMENT K:\FTW_Utilities\061018380-WestsideI11-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 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\061018380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16A1 Attachment A_Survey Staking Standards.docx Page 14 of 22 FRONT (SIDE FACING Ck) BACK (SIDE FADING RAW ) D Example Curb & Gutter Stakes FRONT (SIDE FACING !writs bF BEr r T1L'i Bk3K OF CURB OR F/D Fat PACE OF CUM Mf5N5im rosin YDNT IF O.J11141UNE BJ i FRONT (SIDE rACIN3 41} FRONT 1oc TTh D (59E FABIM9 t} POINT OF a 111 t — III f1. -- —a 111I !1 ti k rj I 11 11 I ae- ./iI 1� 1 1 ` ,q �1) J I' / rf Of // 1 err / r i _...r ..rr {` f i TOP OR CU f213 r "-� y `�` r r 1 ��•r rrl r--- —rw- - BACK OF CURB - " �— -- -" _— -''"r — FACE OF CURB N1 + FLAGCINC, REQUIRED II1 LIEI I OF PINK P1 l PITLD LATH L FL41"LINE EDGE OF PAVEMENT .+r NO GRACE OM MAbM16 Pow no Example Curb & Gutter Stakes at Intersection Bfc K:\FTW_Utilities\061018380-Westside111-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 ca U ID' OS 0 — Sj SiA =2+5o qo a COL 4 p Ig O yg SS�LLpp ,or - p / 1.5w t / !/ o / al s�W /lgj a' I l., 01 30Nvlsw xrn ,OS I 0 Ball JO )I3V8 RUM .Ja )IOt'6 - I 33NY161G %YY1 AS I O I`.-- \ b6il OlE • b K;\FTW_Utilities1061018380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 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 1 above) Date: Standard City Cut Sheet Staking Method: LOCATION: ❑ TOTAL ❑ GPS STATION City Project Number: Project Name: ❑ OTHER CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. - CUT + FILL K:\FTW_Utilities\061018380-Westsidell1-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\O1 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 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\061018380-Westsidell l-30-IN-Wi.\SPEC\PFEASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 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 "` ' to notify the City. K:\FTW_Utilities\061018380-Westsidelll-30-IN-WI.\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 s anl e8e L it 16 i iG1 € ILI 1 li �YOli5 a� H 8 -n R� a, ,V.A. ! 1 ��¢�b wu...,....r.a a� �y 10 LA...M u h I Lryrt�X7c124,2 F 8 1.135 ,ly/1075 gii aFaf: Ci4a ,id � fv @ 6 9.V laWi 6 lilt F i �1, �FB: Q V!Y FA it �r4Y,� iRi{'�ik Laa K:\FTW_Utilities\061018380-Westsidell1-30-1N-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 20 of 22 STA 0�4 0 " 12` AV.L AT= RD) SIA 0.040 - !Eft(FLOM DR) BEFIN MIME WATER r X Ir TEE r!2451 BEND E XE953A91A2 BLK 6 LOT E H+rica+Rrtlrres02044171 IfJ RELWE EXIST. IJ:WTER CP. i4 :cur 6494T ay. 73a48 TaU •I STA O 570O - Iva LFLW'D TV ' REtEVE 4 SALV/GE EXIST. DATE VALVE Ii friXCF'R CCOINEGT TO EX15r.WWATFIL INSTALL: r12SOLID SLEEVE rIEX 8'REDt ER 1r GATE VALVE iE .2461370 :7 Sir 6r4: fpNarn As. Fed W 1, td•a r - Rat VE & SALVAGE EXIST. GAPE VALVE STA 0.3260 • !2 N INSTALL: 1-12•45VERT.BEND N•6947O7.4694 E 2E963lsdal2 STAO+6DDO - 1PWL LFLDPD DR) INSTALL, rL2'{DLSOLID SLEEVE 57 Lf OF I2'WATER PIPE CONNECT TO EXIsr. N:9VATER , 59'171459E9 E 22%3039T36 IDri araaa+aa nr x.A.rrwra rya it n4 L.1771 Ex, C 55-- !N.ts 1 PROPOSED SANITARY Si SEE SHEET LOT A a yOwrrtsdrnrea h &MUM'', at 1,7.•= WN STAo-5T.58 12'Iv INSrNL rIE45-VERT BEND 114.947055S947 E-229 3032813 STAO0k57S - EWL INSTALL. :HEX BANEMW TEE !- ET GATE VALVE ' I- FIRE M'DRA'lN NUF LTNYARALIr LEAD H2 G E VALVE 1.'=59170300289 E 2388 cP. •13 'X•asT N$9017389r00 ELEV. 72330 0 IS L777nry I,3L•vV 04.er STAO10.58-12'7 INSTALL: r 124S VERT. BEND *03172-AP 'WV E 22963dB370 K:\FTW_Utilities\061O18380-Westsidelli-30-1N-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 VO/I M1O+N 8 Rdd G a ��ig APd 06670 roll . 1J td .11ID ,PIVAt Noe vv.? L13!l32Rd3N JPOS .UfdAYS OW 83E dal 2 • • . i. E 8f GyA M9 ag 10 111 23.16.01_Attachrnent A_Survey Staking Standards.docx Page 22 of 23 8LK 29 tor 2 ros LA:/.. 7n w,Fmwam f SAYR'ARV SETTER SERVA^E W/ CL&VRB)T 2AYTON RD. W. La 3 IRO ay. to W.FP9uxrn &Do +.' a CO 9 OLT r nrrw, ; ..,.. � 12'WATER pB • `�'°R r LIN A - L-3654 -fir �� _. K._ 1.=4:� T Inv ; 47 fx I�Wsrc- S A.IVJO - SSS ME A EXIST. STAPOO.L-317!- ET1571STANO.L365f REL /E &?ST.55NN 1.W5TROUT 5 LF OF S5S LINE CONSTA 'A55MN warm cavc.comeit E RN INS5Ar W/ OORROSIOV P1tl!ECTKOI CONNECT PROP. SSS MW) CIOFfMELT PROP. SS5 (NE3md} TO PROPS-W. 11-69468152252 E-22961559231 CO 24Au why EaYI 52 MA CO 5 ti--8.--'- k 1. Rf19VE EXr f LTSAY.SEWH! NO. raw W.+Fa A D)x r^ 41 UT; MAP ND. 2L.1E-1 , 2M18-;i- MAPS( 'r) PAGE NO. 74N, s, 7' W ■■■■■■■irr■■■■■■■■■■■■■■■■■■■ � . a.. �■!i■■■ !mil. ii --_ f�ii!!!i!!!!!i!!!illir7!llii==!� i i= !■■■■■ ■ ■■■m■iN■■■i■■■!■■ MI __ ■■ 7 Immm ,_ _•E ■..ii ====== = EMI ■ L�iiliLil i!!i!! �!rJ— !! ■skusinuam 1ii- '�■Iw+ws. rI_=_-- —,m=G-11 ■ ■ arm- i. ■■■■..■■r■ ra ! !fliiCtN il� !E_� ���111 nIt iiiii i[i.,- -.I,�.is.I!��_=i -MMEMEMMEM LPIEMEME - 21771:142W15: ../ i!!!!i!!!!llird iiiia— i—_ r ; - -3_ - - Willi i!■ilk = am=ma■di =m=CAE -■gl6==-=- -rm . -_ ✓miyisuff..a--..hv _t.._ � - .c ■i. -_- 7 K:\FTV 2.00 PQO 23.16.01_Attachment A Survey Staking Standards.docx Page 23 of 24 \01 71 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 FASTING ELEV. DESCRIPTION 1 5946257.189 2296079.165 726,09 SSMH R1M 2 6946260.893 2296062.141 725,668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 Fh 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934,286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.141 710.084 CO RIM 16 6945835,678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 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 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 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 2295643,145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 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 35 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 43 6945049.02 2295527.345 752.257 SSMH RIM 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 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH R1M Oe"- CALL Y2 T C otr-o L- Po. +-li S LIST' t r-3 ?( AOS Fr1 54- t S %Uri t L/ 1t. KAFTW_Utilities\061018380-Westsidel11-30-IN-WL`SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 25 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\061018380-Westsidelll-30-IN-WL\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16,01_Attachment A_Survey Staking Standards.docx Page 25 of 26 N(n.543g8:3970' N(Y)b6934779.55I0' .71 a Ei N{Y).993597''_3430' S A 3 d N04'6935933::623' r N11¢6935452I5I4' 6, a ni K:\FTW_Utilities\061018380-WestsideI11-30-1N-W L\SPEC\PHASE 1\100% Submittal\Div 01\01 71 23.16,01_Attachment A_Survey Staking Standards.docx Page 26 of 26 017423-1 CLEANING Page 1 of4 1 SECTION 01 74 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: 1 l 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 REQUIREIVIENTS 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 IIANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF PORT WORTH WESTSIDE HI - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 017423-2 CLEANING Page2of4 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] 2I 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 stoilit 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 III - PRASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 01 74 23 - 3 CLEANING Page3 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. CIean 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 CIeaning 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 _ PHASE 1 - 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 01 74 23 -4 CLEANING Page4af4 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 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI-I WESTSIDE Ili - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102688-1 Revised July 1, 2011 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 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 I. 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 I. 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102688-1 Revised March 22, 2021 01 77I9-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS INOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS INOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION INOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0I 78 39 1 i 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 74 23. 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. II1 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 22, 2021 1 2 01 77 19 -3 CLOSEOUT REQUIREMENTS Page 3 of 3 h. Other expendable items as required for initial start-up and operation of all 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 I. 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 31 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" CITY OF FORT WORTH WESTSIDE III - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1- 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 I. 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. L5 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 III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-I Revised December 20, 2012 0.17823-2 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 Iist 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised December 20, 2012 (117823-3 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 - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised December 20, 2012 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 ofpanelboards 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 HI - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02688-1 Revised December 20, 2012 01 78 23 - 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 - PHASE 1- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 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 SUBMITTALS/INFORMATIONAL 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 - PHASE 1- 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 01 78 4 - 2 PROTECT 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 [old 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 I. 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 - PHASE 1 - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-1 Revised July 1, 2011 01 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 71 23, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE. III - PHASE I - 42-INCH WATER TRANSMISSION MAIN City Project No. 102688-1 017839-4 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 loa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 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 WORTFI WESTSIDE I1I - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02688-1 Revised July 1, 2011 1 2 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3 inch 6-inch depth unless otherwise 7 shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW 8 includes 8 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 SUBMITTALS/INFORMATIONAL 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 OP FORT WORTH WESTSIDE 111— PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 2022 32 91 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-FURNISIIED [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 backfil.l with minimum 4 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. Maximum:4:1 38 c. City may approve variations from these requirements in special cases. CITY OF FORT WORTH WESTSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MALV STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 32 91 19 -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] 22 311 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 28 Revision Log DATE NAME SUMMARY OF CHANGE 3/11/2022 M. Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTIH WESTSIDE 1II — PHASE I-- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 II I 32 92 15 -1 NATIVE AND WILDFLOWER SEEDING Page 1 of 6 SECTION 32 9215 NATIVE GRASS AND WILDFLOWER SEEDING PART 1 - 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 I, 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 III — PHASE I—,42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 32 92 15 -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 I. 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 Iot 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. 1.11 FIELD [SITE] CONDITIONS CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 3292.15 -3 NATIVE AND WILDFLOWER SEEDING Page 3 of 6 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 spin fex) 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 13_2 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 WESTS1DE III — PHASE I -- 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 329215 -4 NATIVE AND WILDFLOWER SEEDING Page 4 of 6 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A.A11 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 — PHASE I— 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 32 92 15 -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 and fertilizer 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 — PHASE 1— 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 1 02688-1 32 92 15 -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 1- 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.1.a.2) 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 33 01 32 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 1 of3 1 SECTION 33 0132 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 OF WATER TRANSMISSION MAINS 4 PART 1- 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 330132-2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 2 of3 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 (270 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 1 Do not move camera at a speed greater than 30 feet per minute. 34 4. Use manual winches, power winches, TV cable, and power rewinds that do not 35 obstruct the camera view, allowing for proper evaluation, CITY OF FORT WORTH WESTSIDE III — PHASE I —42-INCH WATER. TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 330132-3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 3 of 3 1 5. During investigation stop camera at each defect along the main. 2 a. Record the nature, location and orientation of the defect or lodged debris. 3 6. Pan and tilt the camera to provide additional detail at: 4 a. Joints 5 b. Outlets 6 c. Valves 7 d. Visible pipe defects such as cracked lining, obstructions or debris 8 7. Provide accurate distance measurement. 9 a. The meter device is to be accurate to the nearest 1/10 foot. 10 8. CCTV inspections are to be continuous. 11 a. Do not provide a single segment of main in more than one tile. 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 I8 A. Upon completion of CCTV activities, remove lodged debris and remedy any defects 19 found in the water transmission main prior to hydrostatic testing, disinfection, or 20 bacteriological testing in accordance with Section 33 04 40. 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACIIMENTS [NOT USED] 25 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page I of 8 SECTION 33 0410 JOINT BONDING AND ELECTRICAL ISOLATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe 13,1V1-or-tar—eouted-steel-pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping erals c. Cased crossings d,Tunnels B, Deviations from this City of Fort Worth Standard Specification 1. Updated for Project Specific Requirements 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 24 -- Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement 1) This Item is subsidiary to Cathodic Protection construction. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1) Measurement for this Item is by lump sum. 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 lump sum price bid for "Joint Bonding and Electrical Isolation". 3. The price bid shall include: CITY OF FORT WORTH WESTSID.E III — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 a. Furnishing and installing Joint Bonding the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction e. Field welding f. Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Cotntnissioning 1.3 REFERENCES A. JOINT BONDING and Electrical of backfill 330410-2 AND ELECTRICAL ISOLATION Page 2 of 8 Isolation as specified by 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). 3. American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (MACE). 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 and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation 2) Bonding Clips for Concrete Cylinder Pipe Thermite welding materials 4) Bond Wire 5) Weld Caps 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backflling. CITY OF FORT WORTH WESTSIDE III — PHASE 1-- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. 1.7 CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 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 PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies c. Bonding across bell & spigot joint assemblies 2. Thermite Weld Materials a. Charges and Molds- Thermite molds and charges shall be used. Charges and mold size shall be as specified by Erica, Thermoweld or approved equal, for the specific surface configuration. 3. Weld Caps/Coating Weld Coating, a. Coating for welds shall be Kop-Coat as manufactured by Carboline or Royston Handy Caps (caps refilled with mastic) or approved equal b. Weld Cap- The coated weld shall be covered with a plastic weld cap. 4. Bond Wire a. Bond wire shall be 7 stranded copper cable, #2 AWG with TURN insulation, b. minimum length 18" per bond. CITY OF FORT WORTH WESTSIDE 113 — PHASE 1-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. (Should be existing, but shall be maintained and protected) 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. f, NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 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. Preparation of Concrete Pipe for Bonding I. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 2022 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 2) Manufacturer is to report values obtained and method of measurement. b. internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a, Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint asshown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires 1. Electrical bond wires are to be a minimum No. 2 4-AWG, 7 stranded, copper cable with THIII insulation. 2. Remove 1 inch of'pinsulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip 1. Weld 3 ASTM 366 A36 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. CITY OF FORT WORTH WESTSIDE [II -- PHASE I —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-I Revised November 10, 2022 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding 1. Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner: I) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel or file to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire, 11) If the weld is secure, coat all bare metal and weld metal with Stepaft-GZ tape. Weld coatinm and protective cap. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5, Backfllling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfilI material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices CITY OF FORT WORTH WESTSIDE III— PHASE 1-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordance with Section 33 05 24. D. Installation of End Seals 1. End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off'. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting the tine, make pipe available for testing and contact the City to perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. CITY OF FORT WORTIi WESTSIDE III — PRASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification. 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backf lled. 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 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH WESTSIDE III —PHASE 1— 42-fNCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 8 SECTION 33 0411 CORROSION CONTROL TEST STATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c. Below -grade pipeline electrical isolation joints d. Magnesium anode bed locations 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Deviations from this City of Fort Worth Standard Specification 1. Updated for project specific requirements. 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 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, 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. CITY OF FORT WORTH WESTSIDE III— PHASE I--42-INCEI WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised November 10, 2022 3304I1-2 CORROSION CONTROL TEST STATIONS Page 2 of 8 2. NACE International (NACE), 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 and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a, Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure -to -soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery CITY OF FORT WORTH WESTSIDE 1IT — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised November 10, 2022 33 04 11 - 3 CORROSION CONTROL TEST STATIONS Page 3 of 8 1. Coordinate the delivery of test station materials. B. Storage and Handling. Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 66 00. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete, 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12. WARRANTY NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISIIED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush -mounted test stations. B. Above -Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3 The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV -resistant plastic conduit ' , 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 12- inch diameter concrete -Foundation as shown on the Drawings. C. Permanent Reference Electrodes CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised November 10, 2022 3304II-4 CORROSION CONTROL TEST STATIONS Page 4 of 8 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Con -pro Companies, Inc. or approved equal. 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THEN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue e. Anode header cable: black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3. Test station Lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Therinite Weld Equipment 1. Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coating for welds shall be Kop-Coat as manufactured by Carboline or Royston Handy Caps (caps prefilled with mastic) b. Weld Cap- The coated weld shall be covered with a plastic weld cap. a Coat . eld w tt, Sto CZ t ,d a.. �. v..., r�'..xaa iri�u �wj�.r iaii �c.�� 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 APPLICATION / INSTALLATION 1. Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings CITY OF FORT WORTII WESTSIDE III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688 Revised November 10, 2022 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 8 b. At all cased crossings and tunnels (both ends) c. At all underground isolation flanges d. At all magnesium anode ground bed locations B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curbfor easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents.. 7. Wire test station terminal board configurations as shown on the Drawings. 8. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. e. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush -Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. 1 D. Above -Grade Test Stations CITY OF FORT WORTH WESTSIDE III — PHASE 1-- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised November 10, 2022 3304I1-6 CORROSION CONTROL TEST STATIONS Page 6 of 8 1. Install above -grade test stations where I�.euted—•Indicated on Drawings. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 12-inch diameter concrete foundation at grade around the test station conduit as shown on Drawings. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thennite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a:--Seags: 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel or file to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface tobright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thennite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection, 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with bitumastic coating and protective cap. F. Post Installation Backfllling of Test Station — Lead Wires 1, Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised November 10, 2022 33 04 11 - 7 CORROSION CONTROL TEST STATIONS Page 7 of 8 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure -to -soil potentials along the water Iine using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. 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. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2,2,D.2 —revised insulation color coding CITY OF FORT WORTH WESTS1DE III — PHASE I-42-INCI1 WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised November 10, 2022 330411-8 CORROSION CONTROL TEST STATIONS Page 8 of 8 CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268E Revised November 10, 2022 1 2 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 SECTION 33 0412 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART 1- 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 l — 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 ofbacicfill 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 — PHASE I-- 42-INCFI WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 design 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 (mare 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 04 12 - 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 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 l 8 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 — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 I B. Storage and Handling Requirements 2 1. Secure and maintain a location to store the material in accordance with Section 01 3 66 00. 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 2] 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 environlnent 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 WORTII WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 1 2 3 4 5 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: Anode Weight (Pounds) Backfill Weight (Pounds) Total Weight (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 lOC 10 as manufactured by Burndy, 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 #44 #8 AWG stranded copper conductors with type HMWPE insulation (black). 26 E. Anode Test Stations 27 I. Anode test stations shall be flush mounted pole mounted and consist of test 28 wires, non-metallic, UV resistant riser and a terminal head end a traffic box as 29 shown on the Drawings. Test Station components are defined in Specification 30 Section 33 0411. 31 2. The terminal box head shall be 7 terminal NM 7 with cast iron lockable Big Fink 32 test station ltd as manufactured by -P Tcat S ty ,c., Cott Manufacturing 33 Companv, or approved equal. 34 35 iron cover marked "CP Test" , 36 equal. CITY OF FORT WORTH WESTSIDE III - PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-I Revised November 10, 2022 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 1. If the area is not paved, the test station shall be installed in a 21 inch x 21 inch x 6 2 inch square concrete pad. 3 4 F. Shunt 5 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 6 Holloway, or approved equal. 7 2. There shall be at least 1 shunt in each Magnesium Anode test station. 8 G. Test Lead Wire 9 1. Test station lead wires shall be 412 AWG stranded copper cable with type TW, 10 THW or THHN insulation, black in color of lead wires shall be as shown on the 11 drawings. 12 H. Permanent Reference Electrode 13 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 14 membrane ceramic cell in a geomembrane package, as manufactured by Cortpro 15 Companies, Inc., or approved equal. 16 2, The permanent reference electrode shall be equipped with No. 14 AWG stranded 17 copper wire with blue HMWPE insulation of suitable length to attach to the 18 terminal board of the test station. 19 I. Marker Sign 20 1. Provide marker sign in accordance with Section 33 05 26. 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. Installation of Sacrificial Anodes 29 1, Placement 30 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 31 hole with the top of the anode at the same elevation as the top of pipeline et 32 by trench maintaining the same spacing as shown on the Drawings. 33 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 34 the pipe. 35 c. Anodes shall be installed within the permanent pipeline right-of- 36 way/easement. CITY OF FORT WORTH WESTSIDE III — PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 d. For steel and concrete cylinder pipes, the anodes shall be placed on the side 2 of the easement closest to the gas pipelines as shown on the Drawings. For 3 ductile iron pipe, the second row of anodes shall be placed on the opposite 4 side of the pipelines. 5 2. Augured Hole 6 a. The anode hole diameter shall easily accommodate the anode. 7 3. BackfiIling 8 a. After the hole is augured, the packaged anode shall be lowered into the hole and 9 the soil shall be firmly tamped around the package so that it is in intimate 10 contact with the package. 1 I b. Pour a minimum of 5 gallons of water into the anode hole. 12 c. Backfill the remainder of the anode hole. 13 4, Anode Lead Wire 14 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 15 inches. 16 b. Each anode lead wire shall be connected to an anode header cable as indicated 17 an the Drawings. 18 5. Handling 19 a. Anodes shall be handled in a manner that will avoid damaging anode materials 20 and wire connections. 21 13. Installation of Pennanent Anode Reference Electrode 22 1. Location 23 a. Install 1 permanent copper sulfate reference electrode at each anode ground 24 bed. 25 b. The permanent reference electrode shall be within 6 inches of the pipe away 26 from the anode bed at pipe depth. 27 c. Prepare and install the permanent reference electrode in strict accordance with 28 the manufacturer's recommendations. 29 2. Placement 30 a. Place the permanent reference electrode in the same ditch with the water line 31 and carefully covered with the same soil as the pipeline backfill. 32 3. Lead Wire 33 a. Protect the permanent reference electrode lead wire during backfill operations 34 and route to the test station along with the water line test leads and anode 35 ground bed cables. 36 C. Installation of Wire and Cable 37 1. Depth 38 a. All underground wire and cable shall be installed at a minimum of 24 inches 39 below final grade with a minimum separation of 6 inches from other 40 underground structures. 41 2. Anode Header Cable 42 a. Each anode lead wire shall be connected to a #4-0 #8 AWG/HMWPE header 43 cable which shall be routed into a flush to grade an anode test station. 44 3. Anode Lead Wire to Header Cable Connection 45 a. Each anode lead wire to header cable connection shall be made using a copper 46 compression connector. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 2022 33 04 12 - 8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 b. Each connection shall be taped using double layer rubber tape, followed by 2 double laver vinyl tape and coated with Scotchkote electrical coating as shown 3 on the Drawings. 4 4. Anode -to -Pipeline Connection 5 a. Connect each group of anodes to the pipeline through a test station as shown on 6 the Drawings. 7 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 8 pipeline as shown on the Drawings. 9 5. A 3-inch wide, yellow, non -detectable warning tape labeled "CAUTION Cathodic 10 Protection Cable Buried Below" shall be buried at a depth of 18 inches below the 11 surface and along the length of all Cathodic Protection cable trenches. 12 D. Test Lead Wire Attachment 13 1. Test lead cables shall be attached to the pipe by thermite welding. 14 2. The pipe to which the wires are to be attached shall be clean and dry. 15 3. A grinding wheel or file shall be used to remove all coating, mill scale, oxide, 16 grease and dirt from the pipe over an area approximately 3 inches square. 17 a. The surface shall be cleaned to bright metal. 18 4. The wires to be therrnite welded to the pipe shall have approximately 1 inch of 19 insulation removed from each end, exposing clean, oxide -free copper for welding. 20 5. Charges and Molds 21 a. Weld charges and mold size shall be as specified by the manufacturer for the 22 specific surface configuration. 23 b. Care shall be taken during installation to be sure correct charges are used. 24 c. Welding charges and molds shall be the product of a manufacturer regularly 25 engaged in the production of such materials. 26 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 27 wire shall be placed between the graphite mold and the prepared metal surface. 28 7. The metal disk shall be placed in the bottom of the mold. 29 8. The cap from the weld charge container shall be removed and the contents poured 30 into the mold. 31 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 32 charge. 33 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 34 should be held firmly in place until all of the charge has burned and the weld has 35 cooled slightly. 36 11. Remove the thermite weld mold and gently strike the weld with a hammer to 37 remove the weld slag. 38 12. Pull on the wire to assure a secure connection. 39 13. if the weld is not secure or the wire breaks, repeat the procedure. 40 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape 41 bitumastic coating and protective cap; Royston Handi-Cap, or approved equal. 42 E. Flush to Grade Anode Test Stations 43 1. Flush to grade Flush Mount and Pole mounted anode test stations shall be 44 installed as shown on the Drawings and as defined in Specification Section 33 04 45 11. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCI-I WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 2. Test stations shall be installed in a 21 inch x 24 inch x 6 inch square concrete pad. 2 2 Sufficient slack shall be coiled beneath the test station to allow for soil settlement 3 and to prevent damage to the leads during backfilling. 4 a. Additional slack shall be left in the test station riser to allow for withdrawal 5 removal of the terminal board a minimum of 12 inches above the top of the 6 concrete pad riser for test settlement or repair purposes. 7 F. Post Installation Backfilling of Cables 8 1. General 9 a. During the backfilling operation, cables shall be protected to prevent damage to 10 the wire insulation and conductor integrity. 11 3.5 REPAIR 12 A. Cut wires shall be spliced by using a copper compression connector. 13 1. The connection shall be completely sealed against moisture penetration by the use 14 of rubber tape, vinyl tape and Scotchkote electrical coating. 15 B. Damaged or missing test station components shall be replaced by equal components. 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field Tests and Inspections 19 1. All components of the Cathodic Protection System shall be visually inspected by 20 the City prior to commissioning of the system. 21 3.8 SYSTEM STARTUP 22 A. General 23 1. The Cathodic Protection System shall be inspected, energized and adjusted 24 (commissioned) as soon as possible after the Cathodic Protection equipment has 25 been installed. 26 B. Equipment 27 1. All Cathodic Protection testing instruments shall be in proper working order and 28 calibrated according to factory specifications. 29 C. Commissioning 30 I. The commissioning of the Cathodic Protection System shall be performed by, or 3I under the direct supervision of, the Corrosion Engineering Firm qualified to verify 32 compliance with this Specification and with the referenced corrosion control 33 standards set forth by NACE International. 34 D. Method 35 1. Measure native state structure -to -soil potentials along the water line using the 36 permanent reference electrodes at each anode test station and a portable reference 37 electrode at all other test stations and at above grade pipeline appurtenances. 38 2. Measure close interval, native state structure -to -soil potentials along the water 39 lines at utilizing portable reference electrodes at intervals not exceeding 3' 40 along the entire route. CITY OF FORT WORTH WESTSIDE III — PHASE 1-42-INCI3 WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-I Revised November 10, 2022 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10of10 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 100 u Y polarizatioA s :ft critcr' 4rn �...;II; It CSE vv • i L U1111� VA A4V11� 8 polarized potential criterion 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 CITY OF FORT WORTH WESTSIDE III— PHASE I — 42-ARCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 2022 1 2 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART 1- 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. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 30 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 31 complete in place, and no other compensation will be allowed. 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. American Water Works Association/American (AWWA): 38 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 39 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 c. C65I, Disinfecting Water Mains. 2 d. C655, Field De -Chlorination. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals 6 For 24-inch and larger water mains, provide the following: 7 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 8 detailing the methods and schedule, including: 9 a. A detailed description of cleaning procedures 10 b. Pigging entry and exit ports 11 c. Flushing procedures 12 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 13 e. Control of water 14 £ Disposal 15 2. Disinfection Plan — prior to the start of construction submit a disinfection plan 16 including: 17 a. The method mixing and introducing chlorine 18 b. Flushing 19 c. De -chlorination 20 d. Sampling 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER -FURNISHED [oR1 OWNER -SUPPLIED PRODUCTS [NOT USED] 30 2.2 PRODUCT TYPES 31 A. Pigs 32 1. Open cell polyurethane foam body 33 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 34 3. May be wrapped with polyurethane spiral bands 35 4. Abrasives are not permitted, unless expressly approved by the City in writing for 36 the particular application. CITY OF FORT WORTH WESTSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 lon] 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. Pig -or Flush and manually sweep 42-inch and larger mains. 23only permitted when specially de ignatc in the Drawing ;f 24 pigging is not practical and approved by the City. 25 2. For lines equipped with butterfly valves, perform CCTV iuns.pection 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 I) 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 ]li — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 maid. 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 I) 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 1-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. A1I 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 III — PHASE I — 42-INCII WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-I Revised November 10, 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 \IP 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 Ill — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-I Revised November 10, 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 Ieast 3 hours. CITY OF FORT WORTH WESTSIDE III — PHASE 1 — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 04 40 - 7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7of8 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 1 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 WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3,10.E. I .e.- 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 CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-1 Revised November 10, 2022 SECTION 33 05 21 TUNNEL LINER PLATE PART 1 - GENERAL 1.1 SUMMARY 330521-1 TUNNEL LINER PLATE Page 1 of5 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 WESTSJDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10,2022 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) an Iron and Steel Hardware. c. A1011, 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 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. 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 -- PHASE I — 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330521-3 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] 110 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 LoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed an 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 of AASHTO M190 CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 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 con-ugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A 123 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*: Tunnel Diameter (inches) 2-Flanged Liner Plate Thickness (gauge) 4-Flanged Liner Plate Thickness (gauge) Bury Depth: 8 feet — 16 feet 48 14 12 54** 14 12 60 14 11 66** 12 10 72 12 8 Greater than 72 Project Specific Design Project Specific 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. **The information provided for 52 and 66-inch tunnel diameter assumes a bury depth of 8 feet to 23 feet. 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 33 05 24. CITY OF FORT WORTH WESTSIDF• i11-- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330521-5 TUNNEL LINER PLATE Page 5 of 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 I.3.A.3 — AASHTO reference updated to current publication CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 SECTION 33 05 22 STEEL CASING PIPE PART 1 - GENERAL 1.1 SUMMARY 330522-1 STEEL CASING PIPE Page 1 of 6 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 baclll 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 10, 2022 WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 10, 2022 WESTSIDI I1I — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 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 SUBIVIITTALS [NOT USED] 1.8 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 10, 2022 WESTSIDE III --- 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 330.522-4 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 (inches) Minimum Wall Thickness (inches) 14 — 18 .3125 (5/16) 20 24 .375 (3/8) 26 — 32 .5 (112) 34 — 42 .625 (5/8) 44 — 48 .6875 (11/16) Greater than 8 Projc..+ . if dcsi 54 0.719 (23/32) 66 0.75 (3/4) 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 intenl:al 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 WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 10, 2022 WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 330522-5 STEEL CASING PIPE Page 5 of 6 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with perfoixnance 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 + 21/2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November I0, 2022 WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. I02688-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 10, 2022 WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 330524-1 INSTALLATION OF CARRIER PIPE IN CASINO OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 0.5 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART 1 - 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. Modified 2.2.B.1 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 I9 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 I1I — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 (1S0): 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 III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMEN TS CITY PROJECT NO. 102688-1 Revised November 10, 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 easing/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 1I1—PFIASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4of10 I) 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. Certlfications 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 LOR] 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 I8 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 required. Diameter (inches) Material Specification Reference Water Line 6-12 DIP (Restrained) 33 1I 10 16-20 DIP (Restrained) AWWA C303 (Restrained) 33 11 10 33 11 13 DIP (Restrained) 33 11 10 24 and greater AWWA C303 (Restrained) 33 11 13 AWWA C200 (Restrained) 33 1114 AWWA C301 (Restrained) 33 11 15 Sanitary 8-16 DIP (with Ceramic Epoxy) 33 11 10 Sewer Line PVC C900 DR14 33 31 20 18 and greater DIP (with Ceramic Epoxy) 33 11 10 CITY OF FORT WORTH WESTSIDE III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 102688-1 Revised November 10, 2022 330.524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5of10 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 —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 I) 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 I9 steel studs. 20 3) Runner studs and nuts shall be recessed well below the wearing surface of 2] 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 — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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) +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 — PIIASE I---42-INCPI WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 2022 1 2 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 After the casing or tunnel liner has been placed, pump dry and maintain dry 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) Insta11 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 TII — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 ofLDCC 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 1 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 — PHASE I -- 42-INCH WATER TRANSMI.SSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 05 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10ofl0 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 alI 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 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 29 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 b/19/2013 D. Johnson Added Blue Text for clarification 1.1.0 -- Added Concrete Pressure Pipe Specification reference. 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. CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 11 10 DUCTILE IRON PIPE 33 11 10 -1 DUCTILE IRON PIPE Page 1 of 15 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. Added 2.2.B.5-7 10 2. Deleted 2.2.B.15.b-f 11 3. Added 2.2.13.15.g 12 4. Added 2.2.13.15.h 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2_ Division 1 — General Requirements 17 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 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 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 22 8. Section 33 11 05 — Bolts, Nuts, and Gaskets 23 9. Section 33 11 11 —Ductile Iron Fittings 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Ductile Iron Pipe 27 a. Measurement 28 1) Measured horizontally along the surface from center line to center line of 29 the fitting, manhole,or appurtenance 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 unit 33 price bid per linear foot for "DIP" installed for: 34 a) Various sizes 35 b) Various types ofbackfill 36 c) Various linings 37 d) Various Depths, for miscellaneous sewer projects only 38 e) Various restraints 39 f) Various uses CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 15 1 c. The price bid shall include: 2 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 3 Drawings 4 2) Mobilization 5 3) Polyethylene encasement 6 4) Lining 7 5) Pavement removal 8 6) Excavation 9 7) Hauling 10 8) Disposal of excess material 11 9) Furnishing, placement and compaction of embedment 12 10) Furnishing, placement and compaction of backfill 13 11) Trench water stops 14 12) Thrust restraint, if required in Contract Documents I5 13) Bolts and nuts 16 14) Gaskets 17 15) Clean-up 18 16) Cleaning 19 17) Disinfection 20 18) Testing 21 1.3 REFERENCES 22 A. Definitions 23 1. Gland or Follower Gland 24 a. Non -restrained, mechanical joint fitting 25 2. Retainer Gland 26 a. Mechanically restrained mechanical joint fitting 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. American Association of State Highway and Transportation Officials (AASHTO). 32 3. American Society of Mechanical Engineers (ASME): 33 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 34 4. ASTM International (ASTM): 35 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 36 High Temperature or High Pressure Service and Other Special Purpose 37 Applications 38 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 39 Pressure or High Temperature Service, or Both 40 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 41 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 42 Tensile Strength. 43 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 44 Water or Other Liquids. 45 f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331110-3 DUCTILE IRON PIPE Page 3 of 15 1 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 2 Steel. 3 5. American Water Works Association (AWWA): 4 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 5 Enamel and Tape - Hot Applied. 6 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 7 c. M41, Ductile -Iron Pipe and Fittings. 8 6. American Water Works Association/American National Standards Institute 9 (AWWA/ANSI): 10 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 11 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 12 c. C 111 /A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 13 d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 14 Threaded Flanges. 15 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 16 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 17 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 18 7. NSF International (NSF): 19 a. 61, Drinking Water System Components - Health Effects. 20 8. Society for Protective Coatings (SSPC): 21 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 26 specials. 27 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Interior lining 30 a. If it is other than cement mortar lining in accordance with AWWAIANSI 31 C104/A21.4, including: 32 I) Material 33 2) Application recommendations 34 3) Field touch-up procedures 35 2. Thrust Restraint 36 a. Retainer glands, thrust harnesses or any other means 37 3, Gaskets 38 a. If hydrocarbon or other special gaskets are required 39 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 40 for a wastewater force main for 24-inch and greater diameters, including: 41 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 42 Texas including: 43 a. Working pressure CITY OF FORT WORTH WESTSIDE IlI — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 3311I0-4 DUCTILE IRON PIPE Page 4 of 15 1 b. Surge pressure 2 c. Deflection 3 2. Provide tlu-ust restraint calculations for all fittings and valves, sealed by a Licensed 4 Professional Engineer in Texas, to verify the restraint lengths shown in the 5 Drawings. 6 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 7 Professional Engineer in Texas including: 8 a. Pipe class 9 b. Joints type 10 c. Fittings 11 d. Stationing 12 e, Transitions 13 f. Joint deflection 14 C. Certificates 15 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 16 Section, each run of pipe furnished has met Specifications, all inspections have 17 been made, and that all tests have been performed in accordance with 18 AWWA/ANSI C151/A21.51. 19 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Qualifications 24 1. Manufacturers 25 a. Finished pipe shall be the product of 1 manufacturer. 26 1) Change orders, specials, and field changes may be provided by a different 27 manufacturer upon City approval. 28 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 29 under the control of the manufacturer. 30 c. Ductile Iron Pipe 31 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 32 a) Perform quality control tests and maintain results as outlined within 33 standard to assure compliance. 34 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 35 of at least 10 seconds. 36 B. Preconstruction Testing 37 1. The City may, at its own cost, subject random lengths of pipe for testing by an 38 independent laboratory for compliance with this Specification. 39 a. The compliance test shall be performed in the United States, 40 b. Any visible defects or failure to meet the quality standards herein will be 41 grounds for rejecting the entire order. 42 1.10 DELIVERY, STORAGE, AND HANDLING 43 A. Storage and Handling Requirements CITY OF FORT WORTH WESTSIDE III —PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1026:8:8-1 Revised November 10, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 15 1 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 2 stated in AWWA M41. 3 2. Secure and maintain a Location to store the material in accordance with Section 01 4 66 00. 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED [oft] OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 01 25 00. 16 B. Pipe 17 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 18 C150/A21.15, and AWWA/ANSI C151/A21,51. 19 2. All pipe shall meet the requirements of NSF 61. 20 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 21 closure pieces and necessary to comply with the Drawings. 22 23 24 25 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 26 5. For sections of pipe between 13 and 16 feet in WS III, Special Thickness Class 27 (STC) 53 is required. These stations include: 28 a. WATER MAIN A STA 4+00 TO STA 5+90 29 b. WATER MAIN A STA 7+80 TO STA 8+70 30 c. WATER MAIN A STA 12+40 TO STA 13+20 31 d. WATER MAIN A STA 18+20 TO STA 19+80 32 e. WATER MAIN A STA 22+60 TO STA 23+60 33 £ WATER MAIN A STA 25+20 TO STA 25+60 34 g. WATER MAIN A STA 37+90 TO STA 38+70 35 h. WATER MAIN A STA 44+60 TO STA 45+30 CITY OF FORT WORTH WESTSIDE 11I — PHASE 1 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1020.8-1 Revised November 10, 2022 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 31 32 331110-6 DUCTILE IRON PIPE Page 6of15 i. WATER MAIN A STA j. WATER MAIN A STA k. WATER MAIN A STA 1. WATER MAIN A STA m. WATER MAIN B STA n. WATER MAIN B STA o. WATER MAIN B STA p. WATER MAIN B STA q. WATER MAIN B STA r. WATER MAIN B STA s. WATER MAIN B STA t. WATER MAIN B STA u. WATER MAIN B STA 45+60 TO STA 48+00 61+40 TO STA 61+70 63+90 TO STA 64+40 73+00 TO STA 76+20 4+60 TO STA 5+30 8+50 TO STA 8+80 10+00 TO STA 10+70 18+70 TO STA 19+60 24+50 TO STA 25+90 34+10 TO STA 36+50 37+30 TO STA 37+90 53+00 TO STA 53+30 55+60 TO STA 56+10 6. For sections of pipe between 16 and 20 feet in WS III and deeper than 12 feet in WS IV, Special Thickness Class (STC) 54 is required. These stations include: a. b. c. d. e. f. g• h. J. k. 1. m. n. o. p. WATER WATER WATER WATER WATER MAIN A STA 0+00 TO STA 2+10 MAIN A STA 5+90 TO STA 7+80 MAIN A STA 23+60 TO STA 25+20 WATER WATER MAIN A STA 45+30 TO STA 45+60 MAIN A STA 61+70 TO STA 62+20 MAIN A STA 63+10 TO STA 63+90 MAIN A STA 76+20 TO STA 77+00 MAIN A STA 78+10 TO END MAIN B STA 2+20 TO STA 3+90 MAIN B STA 5+30 TO STA 6+30 MAIN B STA 7+90 TO STA 8+50 MAIN B STA 36+50 TO STA 37+30 MAIN B STA 53+30 TO STA 54+00 MAIN B STA 65+80 TO STA 66+70 MAIN B STA 109+30 TO STA 110+30 WATER MAIN C STA 0+00 TO STA 7+00 WATER WATER WATER WATER WATER WATER WATER WATER 33 7. For sections of pipe greater than 20 feet in WS III, Special Thickness Class 34 (STC) 55 is required. These stations include: 35 a. WATER MAIN A STA 2+10 TO STA 3+80 36 b. WATER MAIN A STA 62+50 TO STA 63+10 37 c. WATER MAIN A STA 77+00 TO STA 78+10 38 d. WATER MAIN B STA 0+00 TO STA 2+20 39 e. WATER MAIN B STA 6+30 TO STA 7+90 40 8. Pipe markings shall meet the minimum requirements of AWWA/ANSI 41 C151/A21.51. Minimum pipe markings shall be as follows: 42 a. "DI" or "Ductile" shall be clearly labeled on each pipe 43 b. Weight, pressure class and nominal thickness of each pipe 44 c. Year and country pipe was cast 45 d. Manufacturer's mark 46 9. Pressure and Deflection Design 47 a. Pipe design shall be based on trench conditions and design pressure class 48 specified in the Drawings. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 15 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) = 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (Pw) — 150 psi 9 6) Surge Allowance (Ps) = 100 psi 10 7) Design Internal Pressure (Pi) Pw + Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than 1.25 minimum times the stated working pressure (187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure (225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection (D.) = 3 percent 19 9) Restrained Joint Safety Factor (Sf) = 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 10. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints, when required, shall be used for a s»fficient distance from 33 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 34 be developed at the design pressure of the pipe. For the purpose of thrust, the 35 following shall apply: 36 1) Valves shall be calculated as dead ends. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure (Pi) whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 01 60 00. 42 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 43 resist thrust in accordance with the Drawings, AWWA M41, and the following: 44 1) The weight of earth (We) shall be calculated as the weight of the projected 45 soil prism above the pipe, for unsaturated soil conditions. 46 2) Soil density =130 pcf (maximum value to be used), for unsaturated soil 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected, account for reduced soil density. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102685-1 Revised November 10, 2022 33 11 10 -8 DUCTILE IRON PIPE Page 8 of 15 1 11. Joints 2 a. General — Comply with AWWA/ANSI C111/A21.11. 3 b. Push -On Joints 4 c. Mechanical Joints 5 d. Push -On Restrained Joints 6 1) Restraining Push -on joints by means of a special gasket 7 a) Only those products that are listed in Section 01 60 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push -on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 01 60 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 19 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 20 g. Field fabricated flanges are prohibited. 21 12. Gaskets 22 a. Provide Gaskets in accordance with Section 33 11 05. 23 13. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 14. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 11 05 29 b. Flanged Ends 30 1) Meet requirements of AWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 11 05. 32 15. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 11 05. 36 16. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 38 pipe exterior, unless otherwise specified in the Contract Documents. 39 17. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 ' 42 43 . 44 45 , 46 47 CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 11 10-9 DUCTILE IRON PIPE Page 9 of 1.5 , 2 3 1) Mnnuf cturcr's n trademark. 4 5 3) ANW rANcr C1O-5M 1 6 7 8 6) W.. Eor-r-osilon roteet on Re ,- A..y IIuni ge 9 10 , 11 " ", 12 13 14 15 wrap, 16 , 17 18 b) Pr id otyethyle ..noi dare :a1. th, A .,,.,.,.:,..,,, C[iLlll{.\. TT RL�■ LARY R},RRRY4 iluu cc ,,. 19 20 21 22 23 24 25 26 27 28 g. Polyethylene encasement for use with ductile iron pipe systems shall consist of three lavers of co -extruded linear low density polyethylene (LLDPE), fused into a single thickness of not less than eight nails. h. The inside surface of the polyethylene wrap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiologically influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. i. Minimum widths 29 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (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 CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 11 10- 10 DUCTILE IRON PIPE Page 10 of 15 48 95 190 54 108 216 60 108 216 64 121 242 1 18. 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 mini -mum 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 be taken 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 alI pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-1 Revised November 10, 2022 331110-11 DUCTILE IRON PIPE Page 11of15 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH WESTSIDE III —PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331110-12 DUCTILE IRON PIPE Page 12 of 15 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. I4 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer, 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumpsof clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-I Revised November 10, 2022 331110-13 DUCTILE IRON PIPE Page 13 of 15 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. 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; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split Iength polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Mske seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back fihn. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH WESTSIDE 1Il---PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CON STRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November- 10, 2022 331110 14 DUCTILE IRON PIPE Page 14 of 15 I 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than I patch on either the lining or the coating of 13 any 1 joint of pipe. I4 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD loR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH WES.TSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 11 10 - 15 DUCTILE IRON PIPE Page 15 of 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.b. — Updated Payment types 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 CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 1 2 3 PART 1- GENERAL SECTION 33 11 11 DUCTILE IRON FITTINGS 331111-1 DUCTILE IRON FITTINUS Page 1 of 13 4 1.1 SUMMARY 5 A. Section Includes: 6 1 Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge 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.g 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 16 Contract 17 2. Division 1— General Requirements 18 3, Section 03 30 00 — Cast -in -Place Concrete 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 11 05 — Bolts, Nuts, and Gaskets 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Ductile Iron Water Fittings with Restraint 26 a. Measurement 27 1) Shall be per ton of fittings supplied 28 2) Fittings weights are the sum of the various types of fittings multiplied by 29 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 30 3) The fitting weights listed in AWWA/ANSI C110/A2I.10 are only allowed 31 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 32 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 33 4) If the Contractor chooses to supply AWWA/ANSI C110/A2110 (full 34 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 35 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 36 measured in accordance with AWWA/ANSI C153/A21.53. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this. Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price bid per ton of "Ductile Iron Water Fittings with Restraint". CITY OF FORT WORTH WESTSIDE III — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33IIII-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 22 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 23 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 24 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 25 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 26 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 27 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 28 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 29 measured in accordance with AWWA/ANSI C153/A21.53. 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 unit 33 price bid per ton of "Ductile Iran 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 backfiIl 47 12) Clean-up 48 13) Cleaning 49 14) Disinfection CITY OF FORT WORTH WESTSIDE III —PHASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1026.88-1 Revised November 10, 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 8 gripping wedges incorporated into a follower gland meeting the applicable 9 requirements of ANSI/AWWA C110/A21.10. 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, 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 18 High Temperature or High Pressure Service and Other Special Purpose 19 Applications 20 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 21 Pressure or High Temperature Service, or Both 22 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 23 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 24 Water or Other Liquids. 25 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 26 4. American Water Works Association (AWWA): 27 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 28 Enamel and Tape - Hot Applied. 29 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 30 c. M41, Ductile -Iron Pipe and Fittings. 31 5. American Water Works Association/American National Standards Institute 32 (AWWA/ANSI): 33 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 34 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 35 c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. 36 d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 37 e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 38 Threaded Flanges. 39 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 40 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 41 6. NSF International (NSF): 42 a. 61, Drinking Water System Components - Health Effects. 43 7. Society for Protective Coatings (SSPC): 44 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH WESTSII)E III — PHASE I — 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 11 11-4 DUCTILE IRON FITTINGS Page 4of13 1 1.4 ADMINISTRATIVE REQUIREMENTS 1NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shaII be in accordance with Section 01 33 00, 4 B. All submittals shall be approved 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. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 11 05. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10, 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 11 05. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 11 05. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 11 05. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 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 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/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 17 grounds 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 01 22 66 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED loR] 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 30 considered 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 33 substitution and shall be submitted in accordance with Section 01 25 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 36 AWWAJANSI 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 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH WESTSIDE III —PHASE I-42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331111-6 DUCTILE IRON FITTINGS Page 6of13 1 4, Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/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 16 on 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-inch — 16-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 26 factor of 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 30 grade 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 fill mechanical joint 33 deflection during assembly as well as allowing joint deflection after 34 assembly. 35 6) Proper actuation of the gripping wedges shall be ensured with torque 36 limiting twist off nuts. 37 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 38 b. Push -On, Restrained Joints 39 1) Restraining Push -on joints by means of a special gasket 40 a) Only those products that are listed in 01 60 00 41 b) The working pressure rating of the restrained gasket must exceed the 42 test pressure of the pipe line to be installed. 43 c) Approved for use of restraining Ductile Iron Pipe in casing with a 44 carrier pipe of 4-inches to 12-inches 45 d) Otherwise only approved if specially listed on the drawings 46 2) Push -on Restrained Joint bell and spigot 47 a) Only those products list in the standard products list will be allowed for 48 the size listed in the standard products list per Section 01 60 00 CITY OF FORT WORTH WESTSIDE IH —PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1026.8.8-I Revised November 10, 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 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordance with Section 33 11 05. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 04 10. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 3.3 1.1 05. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C115. 18. a) Provide bolts and nuts in accordance with Section 33 11 05. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 22 Tape System in accordance with Section 33 11 05. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 29 30 rr nl. . "iu Nv..:xyr,......,a:,�i cnc mnterinL 31 32 33 34 t � WW ► � s �r r C� n�« � 1 5 and A STM A674. 35 ••••, 36 37 ' 38 2)--Year—of-mattufaetarer 39 3) AW'C'VA/ANSI C105/A21.5 40 41 42 43 44 , 45 46 47 CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10., 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 331111-8 DUCTILE IRON FITTINGS Page 8 of 13 wrap. "; , g. Polyethylene encasement for use with ductile iron pipe systems shall consist of three layers of co -extruded linear low density polyethylene (LLDPE), fused into a single thickness of not less than eight mils. h. The inside surface of the polyethylene wrap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiologically influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. Minimum widths 16 Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (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 17 12. Ductile Iron Fittings Interior Lining 18 a. Cement Mortar Lining 19 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 20 accordance with AWWAJANSI C1041A21.4 and be acceptable according to 21 NSF 61. 22 b. Ceramic Epoxy or Epoxy Linings CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 10.2688-1 Revised November 10, 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 2 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 3 List as shown in Section 01 60 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 6 inches back from the end of the spigot end must be coated with 6 mils 7 nominal, 10 mils maximum using a Joint Compound as supplied by the 8 manufacturer. 9 a) Apply the joint compound by brush to ensure coverage. 10 b) Care should be taken that the joint compound is smooth without excess 11 buildup in the gasket seat or on the spigot ends. 12 c) Coat the gasket seat and spigot ends after the applicationof the lining. 13 4) Surface preparation shall be in accordance with the manufacturer's 14 recommendations. 15 5) Check thickness using a magnetic film thickness gauge in accordance with 16 the method outlined in SSPC PA 2. 17 6) Test the interior lining of all fittings for pinholes with a non-destructive 18 2,500 volt test. 19 a) Repair any defects prior to shipment. 20 7) Mark each fitting with the date of application of the lining system along 21 with its numerical sequence of application on that date and records 22 maintained by the applicator of his work. 23 8) For all Ductile Iron Fittings in wastewater service where the fitting has 24 been cut, coat the exposed surface with the touch-up material as 25 recommended by the manufacturer. 26 a) The touch-up material and the lining shall be of the same manufacturer. 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. Install fittings, specials and appurtenances as specified herein, as specified in 36 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 37 recommendations. 38 2. Lay fittings to the lines and grades as indicated in the Drawings. 39 3. Excavate and backfill trenches in accordance with 33 05 10. 40. 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 41 B. Joint Making 42 1. Mechanical Joints with required mechanical restraint CITY OF FORT WORTH WESTSIDE III —PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331111-10 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 3 tightened 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 C111/A21.1 I. 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 12 gasket 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 14 to 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 uniform 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 23 and 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 26 C600. 27 d, The manufacturer's recommendation may be used with the approval of the 28 Engineer. 29 C. Polyethylene Encasement Installation 30 1. Preparation 3I a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 32 installation of polyethylene encasement. 33 1) Prevent soil or embedment material from becoming trapped between 34 fittings and polyethylene. 35 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 36 with minimum space between polyethylene and fittings. 37 1) Provide sufficient slack in contouring to prevent stretching polyethylene 38 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 39 joints or fittings, and to prevent damage to polyethylene due to backfilling 40 operations. 41 2) Secure overlaps and ends with adhesive tape and hold. 42 c. For installations below water table and/or in areas subject to tidal actions, seal 43 both ends of polyethylene tube with adhesive tape at joint overlap. 44 2. Tubular Type (Method A) 45 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 46 section. CITY OF FORT WORTH WESTSIDF, TIT — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331111 -.11 DUCTILE IRON FITTINGS Page 11of13 I 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 8 wrap 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 11 barrel of fitting, securing fold at quarter paints. 12 h. 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 16 section. 17 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 18 end. 19 c, Take up slack width at top of fitting to make a snug, but not tight, fit along 20 barrel of fitting, securing fold at quarter points; secure ends. 21 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 22 proceeding pipe section, bunching it accordion -fashion lengthwise. 23 e. After completing joint, pull 3-foot length of polyethylene over joint, 24 overlapping polyethylene previously installed on each adjacent section of pipe 25 by at least 1 foot; make each end snug and secure. 26 4. Sheet Type 27 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 28 section. 29 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 30 clears the fitting ends. 31 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 32 quadrant of fitting. 33 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 34 e. Lower wrapped fitting into trench with preceding section of pipe. 35 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 36 g. After completing joint, make overlap and secure ends. 37 h. Repair cuts, tears, punctures or other damage to polyethylene. 38 i. Proceed with installation of fittings in same manner. 39 5. Pipe -Shaped Appurtenances 40 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 41 polyethylene in same manner as pipe and fittings. 42 6. Odd -Shaped Appurtenances 43 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 44 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 45 sheet under appurtenances and bringing it up around body. 46 b. Make seams by bringing edges together, folding over twice and taping down. 47 c. Tape polyethylene securely in place at the valve stem and at any other 48 penetrations. CITY OF FORT WORTH WESTSIDE III —PHASE L-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 3311I1-12 DUCTILE IRON FITTINGS Page 12 of 13 1 7. Repairs 2 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 3 or with short length of polyethylene sheet or cut open tube, wrapped around 4 fitting to 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 8 folding back film. 9 b. After appurtenance is installed, tape slack securely to appurtenance and repair 10 cut, as well as other damaged area in polyethylene with tape. 11 c. Service taps may also be made directly through polyethylene, with any 12 resulting 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 18 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 19 Fittings. 20 D. Blocking 21 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 22 crosses and plugs in the pipe lines as indicated in the Drawings. 23 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 24 normal to the thrust. 25 3. The supporting area for each block shall be at least as great as that indicated on the 26 Drawings and shall be sufficient to withstand the thrust, including water hammer, 27 which may develop. 28 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 29 5. If the Contractor encounters soil that appears to be different than that which was 30 used to calculate the blocking according to the Drawings, the Contractor shall 31 notify the Engineer prior to the installation of the blocking. 32 3.5 REPAIR/RESTORATION 33 A. Patching 34 1. Excessive field -patching is not permitted of lining or coating. 35 2. Patching of lining or coating will be allowed where area to be repaired does not 36 exceed 100 square inches and has no dimensions greater than 12 inches. 37 3. In general, there shall not be more than 1 patch on either the lining or the coating of 38 any fitting. 39 4. Wherever necessary to patch the fitting: 40 a. Make patch with cement mortar as previously specified for interior joints. 41 b. Do not install patched fitting until the patch has been properly and adequately 42 cured and approved for laying by the City. 43 c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH W ESTSID E III— PHASE. 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331111 -13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [oil] 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 6 main as 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 16 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.c—Restraints included in price bid 1.2.A.2.c—Restraints included in price bid 1.3 — Added definitions of gland types for clarity 2.2•B•5 — Removed unrestrained push -on and mechanical joints 2.2.B.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.D — Corrected reference 9/2.0/2017 W. Norwood 2.2.B.5.a.7 — Added requirement for 6 wedges on Mr Restraint for 8 inch PVC pipe CITY OF FORT WORTH WESTSIDE III - PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331113-1 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL, CYLINDER TYPE Page 1 of 20 SECTION 33 11 13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE PART 1 - 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 Port Worth Standard Specification 1. Added 1.3.A.3.11 2. Added 1.3.A.5.c 3. Added 1.3.A.9 4. Added 1.3.B.3.b & c 5. Modify 1.6.B.4.a 6. Added 1.6.B.5 7. Added 1.6.C.2 & 3 8. Modify L9.A.1.a 9. Added 1.9.A.1.c 10. Modify 1.9.C.2.a 11. Modified 1.10.A.4.d.iii 12. Added 1.10.A.4.d.iv 13. Added 1.10.A.4.d.v 14. Added 2.2.B.6 & 7 15. Modified 2.2.B.9.a.1.g 16. Modify 2.2.B.12.a 17. Modify 2.2.B.19.a 18. Added 2.2.C.1.e.12,13, & 14 19. Added 2.2.C.1.t 20. Added 2.2.C.1.h 21. Added 2.2.C.2.b.2 & 3 22. Added 2.2.C.2.c.1.b & c 23. Added 2.2.C.1.e.8 & 9 24. Added 2.2.C.7. 25. Modify 3.4.B.3 26. Modify 3.4.C.1.e.1 27. Added 3.4.C.2.a.6 28. Modify 3.4.C.4.a CITY OF FORT WORTH WESTSIDE III - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-I Revised November 29, 2022 ADDENDUM No .1 331I13-2 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE Page 2 of 20 29. 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 I — General Requirements 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 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 11 05 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement I) 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: I) 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 backflll 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 33 11 13 - 3 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 3 of 20 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: 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. e. 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. C144, Standard Specification for Aggregate for Masonry Mortar. CITY OF FORT WORTH WESTSIDE III— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 33 11 13 -4 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 4 of20 i. C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading). j. C497, Methods of Testing Concrete Pipe. k. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. 1. C1090, Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic -Cement Grout. m. E165, Standard Practice for Liquid Penetrant Examination for General Industiy. 4. American Welding Society (AWS): a. D 1.1, Structural Welding Code - Steel. 5. American Water Works Association (AWWA): 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 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 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 CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 1026S8-I Revised November 29, 2022 ADDENDUM No .1 331113-5 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 5 of 20 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 I) 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 Iayout 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 f. 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. CITY OF FORT WORTH WESTSIDE CiI — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102685-1 Revised November 29, 2022 ADDENDUM No .1 331113-6 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 6 of 20 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. 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 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 1. 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. CITY OF FORT WORTH WESTSIDE III—42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 33 1.1 13 - 7 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 7 of 20 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 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 Tn spection 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. CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331113-8 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 8 of 20 I) 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 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. CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 33 11 13 -9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 20 ii. Pipe shall be rotated so that one stull remains vertical during storage, iii. A a . • • .um, stulls sh• be p aced at each en. —each -Quarter -point and center. iv. Pipe shall be stulled as required to maintain roundness of +1-1%, or D2141000 (inches), whichever is less, during shipping and handling. v. Do not remove stulls u til i i e i b : c 11 . B. Deli 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: 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 111P- 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 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. 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 II Portland Cement. 3. Aggregates CITY OF FORT WORTH WESTSIDE 11I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331113 -10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 10 of 20 a. Aggregates for concrete lining and coating shall confonn 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. Lining 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) 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 g emen shall . e AS C 50, Type 1 or Type II or S C 95 vpe IL C i t. 2) Cement mortar used for patching shall be mixed as per cement monai 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, may be 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 CITY OF FORT WORTH WESTSIDE Ili — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No . I 331113 -11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 20 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 11 05. 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 11 05. 17. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and famish 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. 19. Snap Rings a. Snap rings shall be manufactured by Hansen Thompson Pipe Group, or approved equal. C. Performance 1' 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 Kt,' = 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 9) Surge Allowance = 100 psi minimum a) where: Total Pressure (including surge) = 150 psi + 100 psi = 250 psi 10) Deflection Lag Factor = 1.0 11) Soil Reaction Modulus (E') < 1,000 CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 29, 2022 ADDENDUM No .1 331113-12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE P, _e of20 14) Pipe shall be designed for full vacuum conditions. f 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. b. Steel Provided 1) Bar reinforcement = 40% of the total area of circumferential reinforcement 2) Steel Cylinder = 60% of the total area of circumferential reinforcement CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-I Revised November 29, 2022 ADDENDUM No .1 331113 -13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 13 of 20 I. Minimum gauge thickness of steel cylinder for pipe and fittings shall be as designed, but not less than the following: Nominal Pipe Minimum Minimum Gauge Size (in) Gauge No. Thickness (in)_ 16 - 24 18 0.0478 30 16 0.0598 36 14 0.0747 42 13 0.0897 48 12 0.1046 54 11 0.1196 60 10 0.1345 66 10 0.1345 72 9 0.1495 2. Provisions for Thrust 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: CITY OF FORT WORTH WESTSIDE llI — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331113-14 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 14 of20 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. I) 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 FIange 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. 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 n. e+ w' , 2. . i st .res -e. ipe, ttings and specials shall e designed sue . at the maximum stresses in the pipe due to thrust loading will not exceed 23,000 psi. The minimum thickness of sheet or plate for fittings shall be in accordance with AWWA C303. , b. Greater - ehto 60 inch diameter=0idles CITY OF FORT WORTH WESTSIDE III -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331113 -15 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 15 of20 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.B.4. B. Pipe Handling 1. Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. 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. CITY OF FORT WORTFI WESTSIDE I1E —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331I13-16 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 16 of 20 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 joint spacers at all locations to prevent over -stabbing joints. f. No "blocking up" of pipe or joints 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. 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 ioints of pipe to verify mortar does not have shrinkage cracks. 3. Interior Joints a. Upon completion of backfilling of the pipe trench, till 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. CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331I13-17 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 17 of20 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: I) 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. 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 CITY OF FORT WORTH WESTSmE Iii-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPEC1rICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 3311I3-18 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 18 of 20 1) Dye penetrant tests in accordance with ASTM El 65, 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 may be 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. 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 LoR] 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 CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 331113 -19 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 19 of 20 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 reject 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 backfdling 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,'/ -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. 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. CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268 -1 Revised November 29, 2022 ADDENDUM No .1 331113-20 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 20 01'20 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 ATTACIIMVIENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.10.A.4.d. — Size revision for stull requirement 2.2.8.10, 11, 12 and 13 — Added reference to Sections 33 11 05 and 33 04 removed material specifications for bolts, nuts and gaskets 10; CITY OF FORT WORTH WESTSIDE III — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No .1 1 2 3 PART 1 - GENERAL 4 1.1 SUNIMARY 331114-1 BURIED STEEL PIPE AND FITTINGS Page 1 of 32 SECTION 33 11 14 BURIED STEEL PIPE AND FITTINGS 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable 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.4.g 11 4. Added 1.3.A.6.i & k 12 5. Added 1.3.A.12.f 13 6. Modified 1.6.B.I.a.1 14 7. Modified 1.6.B.3.a 15 8. Added 1.6.B.3.1 16 9. Modified 1.6.C.1 17 10. Added 1.6.C1.h & i 18 11. Modified 1.9.A.1.a, c, and d 19 12. Modified 1.10.A.4.d.4 20 13. Modified 2.2.B.2.a.1 21 14. Deleted 2.2.B.2.a.1.k1 22 15. Modified 2.2.B.2.a.1.k.2 & 3 23 16. Deleted 2.2.B.2.b.1.a 24 17. Added 2.2.B.2.b.1.c 25 18. Modified 2.2.B.3.a 26 19. Modified 2.2.B.3.b.1 & 3 27 20. Modified 2.2.B.4 28 21. Modified 2.2.B.7.a & e 29 22. Modified 2.2.B.8.b 30 23. Modified 2.2.B.10 31 24. Modified 2.2.B.11.a.2 32 25. Added 2.2.B.11.a.5 33 26. Modified 2.2.B.12.b, c, & d 34 27. Added 2.2.B.13 35 28. Added 2.2.C.1.e.10 36 29. Modified 2.2.C.1.g CITY OF FORT WORTH WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No, 1 33 11 14 -2 BURIED STEEL PIPE AND FITTINGS Page 2 of 32 1 30. Added 2.2.C.2.b.1 and 2. 2 31. Modified 2.2.C.2.c 3 32. Modified 2.2.C.2.d 4 33. Modified 2.2.C.4.a & e 5 34. Modified 2.2.C.5.a 6 35. Modified 2.2.C.6.b 7 36. Modified 2.2.C.8.a 8 37. Modified 2.2.C.9.c.3.b.1 9 38. Modified 2.2.C.9.c.8 10 39. Modified 2.2.C.9.d.1 11 40. Modified 2.2.C.9.e.3 & 6 12 41. Modified 2.2.C.10.b.9 13 42. Added 2.2.C.11 14 43. Added 2.4.D.2.e 15 44. Deleted 2.4.D.3 16 45. Modified 3.4.A.1 17 46. Modified 3.4.B.2 18 47. Added 3.4.C.3 19 48. Modified 3.4.D.1.d 20 49. Modified 3.4.D.2.a.3 21 50. Modified 3.4.E.6 22 51. Added 3.4.G.1.a.4 23 52. Modified 3.4.G.1.c 24 53. Modified 3.4.G.1.d 25 54. Modified 3.5.A 26 55. Deleted 3.5.A.1.a 27 56. Added 3.7.A.3.a.1-6 28 C. Related Specification Sections include, but are not necessarily limited to: 29 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 30 Contract 31 2. Division 1- General Requirements 32 3. Section 33 01 31 - Closed Circuit Television (CCTV) Inspection 33 4. Section 33 04 10 - Joint Bonding and Electrical Isolation 34 5. Section 33 04 40 -- Cleaning and Acceptance Testing of Water Mains 35 6. Section 33 05 10 - Utility Trench Excavation, Embedment, and Backfiil 36 7. Section 33 11 05 - Bolts, Nuts, and Gaskets 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Measurement and Payment 39 1. Buried Steel Pipe CITY OF FORT WORTH WESTSIDE IIi - PRASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33I114-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 32 1 a. Measurement 2 1) Measured horizontally along the surface from center line to center line of 3 the fitting or appurtenance 4 b. Payment 5 I) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" will be paid for at the unit 7 price bid per linear foot of "Steel AWWA C200 Pipe" installed for: 8 a) Various sizes 9 b) Various type of backflll 10 c. The price bid shall include: 11 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 12 Drawings 13 2) Mobilization 14 3) Coating 15 4) Lining 16 5) Pavement removal 17 6) Excavation 18 7) Hauling 19 8) Disposal of excess material 20 9) Furnishing, placement and compaction of embedment 21 10) Thrust restraint 22 11) Bolts and nuts 23 12) Welding 24 13) Gaskets 25 14) Furnishing, placement and compaction of backfill 26 15) Trench water stops 27 16) Clean-up 28 17) Cleaning 29 18) Disinfection 30 19) Testing 31 2. Buried Steel Pipe Fittings 32 a. Measurement 33 1) Measurement for this Item shall be by lump sum. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under "Measurement" will be paid for at the 37 lump sum price bid for "Steel Fittings". 38 c. The price bid shall include: 39 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 40 Drawings 41 2) Mobilization 42 3) Coating 43 4) Lining 44 5) Pavement removal 45 6) Excavation 46 7) Hauling 47 8) Disposal of excess material 4.8 9) Furnishing, placement and compaction of embedment CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-[NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-I Revised November 29, 2022 ADDENDUM No. 1 331114-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 32 1 10) Thrust restraint 2 11) Bolts and nuts 3 12) Welding 4 13) Gaskets 5 14) Furnishing, placement and compaction of backfill 6 15) Trench water stops 7 16) Clean-up 8 17) Cleaning 9 18) Disinfection 10 19) Testing 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. American Association of State Highway and Transportation Officials(AASHTO). 17 3. American Society of Mechanical Engineers (ASME): 18 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 4. ANSI International (ASTM): a. A30 ta-ndard Specification for Carbon StoolBo1".. and Stud tin 000-PDT Tensile Strength A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High -Temperature or High -Pressure Service and Other Special Purpose Application. b. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d. C33, Standard Specifications for Concrete Aggregates. e. C144, Standard Specification for Aggregate for Masonry Mortar. • .1.'SW , t-W:W Made ., 't se I ti• •r -a .. _ c • 1. ► , o from Clay or Shale). i. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. j. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. k, DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. 1. D2240, Standard Test Method for Rubber Property-Durometer Hardness. in. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers. n. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 43 5. American Welding Society (AWS) 44 a. DI.1, Structure Welding Code - Steel. 45 6. American Water Works Association (AWWA): 46 a. C200, Steel Water Pipe - 6 Inches and Larger. CITY OF FORT WORTH WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268E-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 -5 BURIED STEEL PIPE AND FITTINGS Page 5 of 32 1 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 2 and Larger Shop -Applied. 3 c. C206, Field Welding of Steel Water Pipe. 4 d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN 5 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 6 £ C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel 7 Water Pipelines. 8 g. C216, Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of 9 Special Sections, Connections, and Fittings for Steel Water Pipelines 10 h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 11 and Fittings 12 i. M11, Steel Pipe - A Guide for Design and Installation. 13 j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of 14 Special Sections, Connection, and Fittings for Steel Water Pipelines 15 k. C604, Installation of Steel Water Pipe 16 7. American Water Works Association/American National Standards Institute 17 (AWWA/ANSI): 18 a. C 111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 19 Fittings. 20 8. International Organization for Standardization (ISO). 21 9. NACE International (NACE): 22 a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 23 Conductive Substrates. 24 10. NSF International (NSF): 25 a. 61, Drinking Water System Components - Health Effects. 26 11. Spray Polyurethane Foam Alliance (SPFA). 27 12. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 28 (NACE) 29 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 30 b. SP 1, Solvent Cleaning. 31 c. SP 2, Hand Tool Cleaning. 32 d. SP 3, Power Tool Cleaning. 33 e. SP 10/NACE No. 2 Near -White Blast Cleaning 34 f. SP 5 White Metal Abrasive Blast 35 1.4 ADMINISTRATIVE REQUIREMENTS 'NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 39 specials. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Exterior Coating 43 a. Material data CITY OF FORT WORTII WESTSIDE I1I — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 32 1 b. Application recommendations 2 c. Field touch-up procedures 3 2. Heat Shrink Sleeves, if applicable 4 a. Material data 5 b. Installation recommendations 6 3. Joint Wrappers, if applicable 7 a. Material data 8 b. Tnstallation recommendations 9 4. Mixes 10 a. Mortar for interior joints and patches 11 b. Bonding agents for patches 12 5. Gaskets 13 B. Shop Drawings 14 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 15 Texas including: 16 a. Internal pressure 17 1) Maximum design working pressure 18 2) Surge pressure 19 b. External pressure 20 1) Deflection 21 2) Buckling 22 3) Extreme loading conditions 23 c. Special physical loading such as supports or joint design 24 d. Thermal expansion and/or contraction 25 2. Thrust restraint calculations for all fittings and valves including the restraint length 26 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 27 shown in the Drawings. 28 3. Fabrication and lay drawings showing a schematic location with profile and a 29 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 30 Texas and includes: 31 a. Pipe wall thickness 32 b. Joint types 33 c. Fittings 34 d. Outlets 35 e. Thrust Restraint 36 f. Stationing (in accordance with the Drawings) 37 g. Transitions 38 h. Joint deflection 39 i. Interior lining 40 j. Outlet locations for welding, ventilation, and access 41 k. Welding requirements and provisions for thermal stress control 42 1. Contractor's proposed field welding procedure in accordance with AWWA 43 C206 and AWS D1.1 44 C. Certificates and Test Reports 45 1. Prior to Within 30 days of shipment of the pipe, the pipe manufacturer shall submit 46 the following: CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29,2022 ADDENDUM No. 1 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 32 1 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 2 complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 3 and these Specifications. 4 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 5 c. Mill certificates, including chemical and physical test results for each heat of 6 steel, 7 d. A Certified Test Report from the polyurethane coating manufacturer indicating 8 that the coatings were applied in accordance with manufacturer's requirements 9 and in accordance with this Specification. 10 e. Certified test reports for welder certification for factory and field welds in 11 accordance with AWWA C200, Section 4.11. 12 f. Certified test reports for cement mortar tests. 13 g. Certified test reports for steel cylinder tests. 14 h. Certified test reports for factory welds of fittings from an independent 15 certified welding inspector, not employed by the pipe manufacturer. 16 i. Certified test report for field welds from an independent certified welding 17 inspector, not employed by the pipe manufacturer. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Shall be certified under S.P.F.A. or I.S.O. 9001 quality certification program 24 for steel pipe and accessory manufacturing 25 b. Finished pipe shall be the product of I manufacturer. 26 c. Pipe and fitting manufacturing operations (pipe, lining and coatings) shall be 27 performed under the control of the manufacturer. 28 d. The pipe manufacturer shall not have less than 5 years successful experience 29 manufacturing pipe, including the lining and coating, to AWWA Standards of 30 the particular type and size indicated or demonstrate an experience record that 31 is satisfactory to the Engineer and City. 32 1) This experience record will be thoroughly investigated by the Engineer, and 33 acceptance will be at the sole discretion of the Engineer and City. 34 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be 35 performed under the control of the manufacturer 36 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 37 AWWA C205, AWWA C210 and AWWA C222. 38 1.10 DELIVERY, STORAGE, AND HANDLING 39 A. Packing 40 1. Prepare pipe for shipment to: 41 a. Afford maximum protection from normal hazard of transportation 42 b. Allow pipe to reach project site in an undamaged condition 43 2. Pipe damaged in shipment shall not be delivered to the project site unless such 44 damaged pipe is properly repaired. CITY OF FORT WORTH WESTSIDE I1I —PRASE I-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CrrY PROJECT NO. 102688-1 Revised November 24, 2022 ADDENDUM No. 1 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 32 1 3. After the completed pipe and fittings have been removed from the final cure at the 2 manufacturing plant: 3 a. Protect pipe lining from drying by means of plastic end covers banded to the 4 pipe ends. 5 b. Maintain covers over the pipe ends at all times until ready to be installed. 6 c. Moisture shall be maintained inside the pipe by periodic addition of water, as 7 necessary. 8 4. Pipes shall be carefully supported during shipment and storage. 9 a. Pipe, fittings and specials shall be separated so that they do not bear against 10 each other and the whole load shall be securely fastened to prevent movement 11 in transit. 12 b. Ship pipe on padded bunks with tie -down straps approximately over stalling. 13 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to 14 protect the pipe from damage. 15 d. Each end of each length of pipe, fitting or special and the middle of each pipe 16 joint shall be internally supported and braced with stuns to maintain a true 17 circular shape. 18 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 19 that stalls remain in place during storage, shipment and installation. 20 2) Pipe shall be rotated so that 1 stall remains vertical during storage, 21 shipment and installation. 22 3) At a minimum, stuns shall be placed at each end and center. 23 a) Additional stalls may be required depending upon the length of the 24 joints and pipe design. 25 4) Stalls shall not be removed until backfill operations are complete. 26 , ' 27 satisfaction -that -removal -of otulls-iiiill-not-adversetffeet-pipe 28 installation. 29 B. Delivery, Handling, and Storage 30 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the 31 Contractor shall inspect the pipe's interior coating for excessive cracking. 32 2. If excessive cracking is found, the Contractor shall modify shipping procedures to 33 reduce or eliminate cracking. 34 3. Deliver, handle and store pipe in accordance with the manufacturer's 35 recommendations to protect coating systems. 36 4. Secure and maintain a location to store the material in accordance with Section 01 37 66 00. CITY OF FORT WORTH WESTS1DE I1I — PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 -9 BURIED STEEL PIPE AND FITTINGS Page 9 of 32 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed by the City's Standard Products List will be 8 considered as shown in Section 01 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 01 25 00. 12 B. Materials 13 1. General 14 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 15 C200, AWWA C205, AWWA C210 and AWWA C222. 16 b. All pipe lining material in contact with potable water shall meet the 17 requirements of NSF 61. 18 2. Exterior Polyurethane Coating 19 a. For Pipe: 20 1) Polyurethane Coating shall be factory applied and meet the requirements of 21 AWWA C222. Use a Coating Standard ASTM D16, Type V system which 22 is a 100 percent solids, 2-component polyurethane (or 2-package 23 polyisocyanate, polyoI-cured urethane) coating. Polyurethane shall meet 24 the minimum laboratory testing standards. 25 a) Components shall have balanced viscosities in their liquid state and 26 shall not require agitation during use. 27 b) Conversion to Solids by Volume: 97 percent ± 3 percent 28 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 29 d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has 30 been blasted to comply with SSPC SP S/NACE No. 2 31 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 32 cure within 7 days at 70 degrees F 33 e) Maximum Specific Gravities 34 (1) Polyisocyanate resin, 1.20 35 (2) Polyol resin, 1.15 36 1) Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter 37 steel ball 38 g) Minimum Tensile Strength: 2000 psi 39 h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in 40 accordance with ASTM D2240 41 i) Flexibility Resistance 42 (1) ASTM D522 using 1-inch mandrel 43 (2) Allow coating to cure for 7 days. CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 o£ 32 1 (3) Perform testing on test coupons held for 15 minutes at temperature 2 extremes specified above. 3 j) Dry Film Thickness: 35 mils 4 k) Coating shall be a self priming, plural component, 100 percent solids, 5 non -extended polyurethane, suitable for burial or immersion and shall 6 be: 7 8 Jnd es- E 9 (2) Durashield 110, Durashield 210, or Durashield 310 as 10 manufactured by LifeLast, Inc., or 11 (3) Carboline Polygard 777 or 777PL 12 2) The coating manufacturer shall have a minimum of 5 years of experience in 13 the production of this type coating. 14 b. For Specials, Fittings, Repair and Connections 15 1) Provide shop -applied and field -applied coating as follows: 16 i, 17 18 b) Durashield 110, 210, 310, or Durashield 310 JARS as manufactured by 19 LifeLast, Inc., or 20 c) Carboline Polygard 777 or 777PL 21 d) Properties specified above. 22 e) Mix and apply polyurethane coatings in accordance with the coating 23 manufacturer's recommendations. 24 3. Cement Mortar Linings 25 a. Cement mortar linings shall be shop -applied (plant -spun). 26 b. Shop -applied cement mortar linings shall conform to the requirements of 27 AWWA C205 with the following modifications: 28 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not 29 leach in water. 30 2) Curing of the linings shall conform to the requirements ofAWWA C205. 31 3) Cement mortar linings shall be dense and smooth without bumps., 32 blisters, ridges, or spalling, to the satisfaction of the Engineer. Lining 33 shall be in intimate contact with steel cylinder and shall not have a 34 drumming sound when tapped. 35 4. Gaskets 36 1) Flange gaskets in accordance with AWWA C207. 0-ring gaskets in 37 accordance with AWWA C200. 38 2) Provide Gaskets in accordance with Section 33 11 05. 39 5. Bolts and Nuts 40 a. Flanged Ends 41 1) Flange in accordance with AWWA C207. 42 2) Provide bolts and nuts in accordance with Section 33 11 05. 43 6. Flange Coatings 44 a. Flange Coatings in accordance with Section 33 11 05. 45 7. Steel shall: 46 a. Meet the requirements ofAWWA C200 (42,000 psi minimum yield strength) 47 b. Be of continuous casting 48 c. Be homogeneous CITY OF FORT WORTH WESTSIDE III —PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 11 BURIED STFRr PIPE AND FITTINGS Page 11 of 32 1 d. Be suitable for field welding 2 e. Be fully killed 3 f. Be fine austenitic grain size 4 8. Bend Fittings 5 a. Fabricate all fittings from hydrostatically tested pipe. 6 b. All bend fittings shall be long radius to pennit easy passage of pipeline pigs. 7 All bend fittings shall have a minimum radius of 2.5 times the diameter. 8 9. Threaded Outlets 9 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 10 install brass bushings for the outlet size indicated. 11 10, Weld Lead Outlets 12 a. Use of threaded outlets for access for weld leads is permitted. 13 b. Additional outlet configurations shall be approved by the Engineer. 14 c. Outlets shall be welded after use and covered with a heat shrink sleeve. 15 16 17 18 19 11. Mixes a. Mortar for Joints ) Cement s al be TM 151, ype I or ype I or A 20 3 an. s aI se of s arias 'ca base. 21 a) Sand shall conform to ASTM C144. 22 4) Interior joint mortar shall be mixed with as little water as possible so that 23 the mortar is very stiff, but workable. 24 5) Exterior joint mortar shall be mixed to the consistency of a thick 25 cream. 26 6) Water for cement mortar shall be from a potable water source. 27 7) Mortar for patching shall be as per interior joints. 28 b. Bonding Agent 29 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 30 lining is in contact with potable water. 31 2) Bonding agent for cement mortar lining patching shall be: 32 a) Probond Epoxy Bonding Agent ET-150, parts A and B 33 b) Sikadur 32 Hi -Mod, or 34 c) Approved equal 35 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 36 a. Primer: Provide as recommended by the sleeve manufacturer. 37 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 38 manufacturer for all locations which have 1/8", or larger, change in outside 39 diameter. 40 1) Size and type shall be as recommended by the sleeve manufacturer for type 41 of pipe and joint. Filler material shall have a melting point of 500 42 degrees F or higher. Filler shall be Canusa SG79 or Raychem 43 covalence 939 filler. 44 c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 45 mils total thickness, suitable for pipeline operating temperature, sleeve material 46 recovery as recommended by the manufacturer. CITY OF FORT WORTH WESTSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of32 1 1) Standard recovery sleeve shall be used for welded or bell and spigot 2 ioints. High recovery sleeves shall be provided for flanged and coupling 3 style joints with a minimum of 50 percent recovery. 4 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 5 coating on each side of the joint. Sleeve shall be a minimum of 17 inches 6 wide. 3) Width to take into consideration shrinkage of the sleeve due to installation 8 and joint profile 9 d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 10 1) Canusa CPS: Aqua -Shield AQW — WAB System 11 2) Raychem, or Berry CPG — Covalence: Water Wrap - WAB 12 3) Approved equal 13 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 14 heat shrink sleeve. 15 13. Special Coatings in Tunnels and Casings: 16 a. Pipe within a casing or tunnel shall be a mortar coating over the 17 polyurethane coating. The coating shall contain at least two mortar bands 18 at a minimum of two inches thick and thick enough to have a larger 19 outside diameter than the bell (including heat shrink sleeve). The intent of 20 the mortar coating is to allow the pipe to be installed by skidding on rails. 21 The Manufacturer shall design the mortar bands and reinforcement 22 sufficiently to prevent damage to the coating from the installation process. 23 C. Performance / Design Criteria 24 1. Pipe Design 25 a. Steel pipe shall be designed, manufactured and tested in conformance with 26 AWWA C200, AWWA Ml l and these Specifications. 27 b. Sizes and pressure classes (working pressure) shall be as shown below. 28 c. For the purpose of pipe design, the transient pressure plus working pressure 29 shall be as indicated below. 30 d. Fittings, specials and connections shall be designed for the same pressures as 31 the adjacent pipe. 32 e. Pipe design shall be based on trench conditions and the design pressure in 33 accordance with AWWA M11; using the following parameters: 34 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 35 2) Live Load 36 a) = AASHTO HS 20, at all locations except at railroads 37 b) = Cooper E80, at Railroads 38 3) Trench Depth = As indicated in the Drawings 39 4) Deflection Lag Factor (Di) = 1.0 40 5) Coefficient (K) = 0.10 41 6) Maximum Calculated Deflection: 42 a) Dx — 3 percent (for polyurethane coated pipe) 43 b) Dx = 2 percent (for cement mortar coated pipe) 44 7) Soil Reaction Modulus (E') < 1,000 45 8) Working Pressure = 150 psi 46 a) Test Pressure CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 331114-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 32 1 (1) No less than 1.25 minimum times the stated working pressure (187 2 psi minimum) of the pipeline measured at the highest elevation 3 along the test section, 4 (2) No less than 1.5 times the stated working pressure (225 psi 5 minimum) at the lowest elevation of the test section. 6 9) Surge Allowance — 100 psi, minimum 7 a) Where Total Pressure (including surge) =150 psi + 100 psi = 250 psi 8 10) Design pipe for full vacuum conditions without buckling or damage to 9 lining, coating, or pipe joints. 10 f. Fittings and specials shall be: 11 1) Designed in accordance with AWWA C208 and AWWA M11 except that 12 crotch plates shall be used for outlet reinforcement for all Pressure 13 Diameter Values, PDV, greater than 6,000. 14 g. Where the pipe requires additional external support to achieve the specified 15 maximum deflection, the Contractor (with concurrence 16 from the pipe manufacturer) will be required to furnish alternate methods for 17 pipe embedment. 18 1) No additional compensation will be made to the Contractor by the City 19 where this method is required. 20 h. Trench depths indicated shall be verified after existing utilities are located, 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 26 City. 27 2. Provisions for Thrust 28 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 29 1) Thrust at bends adjacent to casing shall be restrained by welding joints 30 through the casing and a sufficient distance each side of the casing. 31 2) The distance for thrust restraint shown on the Drawings is the minimum 32 restraint and does not relieve the manufacturer from calculating the restraint 33 needs as specified herein. 34 a) In no case shall the restrained distance be less than indicated on the 35 Drawings. 36 b. Restrained joints shall be used a sufficient distance from each side of the bend, 37 tee, plug or other fitting to resist thrust which develops at the design pressure of 38 the pipe. 39 1) At a minimum, all fittings and specials with outlets shall be welded to 40 connecting pipes regardless of if the fittings are indicated to be 41 restrained in the Drawings. 42 2) Weld all joints at vertical and horizontal points of inflection regardless 43 of if those locations are indicated to be restrained in the Drawings. 44 c. Restrained joints shall consist of welded joints (or flanged joints if shown on 45 the Drawings). 46 d. The length of pipe designed with restrained joints to resist thrust shall be 47 verified by the pipe manufacturer in accordance with AWWA Mil and the 48 following: CITY OF FORT WORTH WESTSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 331114-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 32 1 1) The weight of the earth (We) shall be calculated as the weight of the 2 projected soil prism above the pipe, for unsaturated soil conditions 3 2) Soil Density = 110 130 pounds per cubic foot (maximum value to be used), 4 for unsaturated soil conditions 5 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane 6 coated steel pipe). 7 4) If indicated on the Drawings and the Geotechnical Borings that ground 8 water is expected, account for reduced soil density. 9 5) For horizontal bends, the length of pipe to be restrained shall be calculated 10 as follows: 11 12 L= PA(1—cos A) 13 f(2We++Ww) 14 15 Where: 16 0 = Deflection angle 17 L = Length of pipe to be restrained on each side 18 P =- internal pressure (working pressure plus surge allowance) 19 A = Cross sectional area of pipe steel cylinder I.D. 20 We = Weight of prism of soil over the pipe 21 Wp = Weight of pipe 22 Ww = Weight of water 23 f = Coefficient of friction between pipe and soil 24 3. Inside Diameter 25 a. The inside diameter, including the cement -mortar lining, shall be a minimum of 26 the nominal diameter of the pipe specified, unless otherwise indicated on the 27 Drawings. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.188 inches 0.25 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. Thickness must be sufficient to meet full buried vacuum conditions in all locations. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: Pipe Type Maximum Stress at Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED CITY OF FORT WORTH WESTSIDE I1I —PHASE 1— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 331114-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 32 1 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 2 thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the 3 nominal pipe diameter. 4 e. Pipe, fittings and specials shall be designed such that the maximum stresses in 5 the pipe due to thrust loading will not exceed 4-8;000 23,000 psi. 6 5. Seams 7 a. Except for mill -type pipe, the piping shall be made from steel plates or coils 8 rolled into cylinders or sections thereof with the longitudinal and girth seams 9 butt welded or shall be spirally formed and butt welded. 10 1) There shall be not more than 2 longitudinal seams. 11 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 12 except in specials and fittings. 13 6. Joint Length 14 a. Maximum joint length shall not exceed 50 feet, 15 b. Maximum joint length of steel pipe installed in casing shall 16 not exceed 25 feet. 17 c. Manufactured random segments of pipe will not be permitted for straight runs 18 of pipe. 19 1) Closing piece segments, however, shall be acceptable. 20 7. Joint Bonds, Insulated Connections and Flange Gaskets 21 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 22 with Section 33 04 l0. 23 8. Bend Fittings 24 a. All bend fittings shall be long radius (minimum 2.5 times the pipe ID) to 25 permit passage of pipeline pigs. 26 9. Pipe Ends 27 a. Pipe ends shall be: 28 1) Lap welded slip joints 29 2) Butt strap joint 30 3) Flanged joint 3] 4) Flexible coupled joint 32 5) Roll groove gasket joint 33 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 34 resist thrust forces. 35 1) Thrust at bends adjacent to casing shall be restrained by welding joints 36 through the casing and a sufficient distance each side of the casing. 37 c. Rubber Gasket Joint 38 1) Rubber gasketed joints (0-ring or Carnegie Joints) will only be allowed for 39 pipe sizes 54-inch diameter and smaller. 40 2) Joints shall conform to AWWA C200 standard. 41 3) The joints shall consist of: 42 a) Bell 43 (1) Flared bell end formed and sized by forcing the pipe or a plug die 44 or by expanding on segmental dies. 45 b) Spigot 46 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 47 AWWA C200 and as shown as Item A or B in Figure 6-1 of the 48 AWWA M1 1 Fifth Edition. CITY OF FORT WORTH WESTSIDE III — PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. I 331114-16 BURIED STEEL. PIPE AND FITTINGS Page 16 of 32 1 4) The welded area of bell and spigot pipe ends shall be checked after forming 2 by the dye penetrant or magnetic particle method. 3 5) The difference in diameter between the interior diameter (I.D.) of the bell 4 and the outer diameter (O.D.) of the spigot shoulder at point of full 5 engagement with an allowable deflection shall be no more than 0.04 inches 6 as measured on the circumference with a diameter tape. 7 6) The gasket shall have sufficient volume to approximately fill the area of the 8 groove and shall conform to AWWA C200. 9 7) The joint shall be suitable for the specified test and/or surge pressure and 10 deflection. 11 8) Joints shall be of clearances such that water tightness shall be provided 12 under all operating and test conditions with a pipe diameter deflection 13 based upon the supplied pipe coating of five percent. 14 9) Joints shall be electrically continuous. 15 d. Lap Welded Slip Joint 16 1) Lap welded slip joint shall be provided in all locations for pipe larger than 17 48-inches and where joints are welded for thrust restraint. 18 2) Lap welded slip joints may be welded from the inside or outside. 19 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 20 with 1 end expanded in order to receive a plain end making a bell and plain 21 end type of j oint. 22 a) Clearance between the surfaces of lap joints shall not exceeds/8 inch at 23 any point around the periphery. 24 4) In addition to the provisions for a minimum lap of 11/2 inches as specified in 25 AWWA C200, the depth of bell shall be such as to provide for a minimum 26 distance of 1 inch between the weld and the nearest tangent of the bell 27 radius when welds are to be located on the inside of the pipe. 28 e. Fittings with Flanges 29 1) Flanged joints shall be provided at connections to valves and where 30 indicated on the Drawings. 31 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 32 welds ground flush to accommodate the type of flanges provided. 33 3) Pipe flanges and field welding of flanges to steel pipe shall conform to the 34 requirements of AWWA C207 and AWWA C206. 35 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 36 pipe class. 37 5) Flanges shall match the fittings or appurtenances which are to be attached. 38 6) Flanges shall be Claus E with 275 psi working pressure in accordance with 39 AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for 40 areas designated with a 225 teat pressure Flanges shall be Class E for 41 working pressure up to 275 psi in accordance with AWWA C207 and 42 as needed to match appurtenances. Drillings per AWWA C207 or as 43 needed to match valves or equipment 44 7) When Isolation Flanges are required by the Drawings, Drillings shall 45 accommodate the required spacing for mylar sleeves according to Section 46 33 04 10. 47 f. Flexible Couplings 48 1) Flexible couplings shall be provided where specified on the Drawings. 49 2) Ends to be joined by flexible couplings shall be: CITY OF FORT WORTI1 WESTSIDE III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-] Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of32 1 a) Plain -end type, prepared as stipulated in AWWA C200. 2 b) Welds on ends to be joined by couplings shall be ground flush to 3 permit slipping the coupling in at least 1 direction to clear the pipe 4 joint. 5 c) Harness bolts and lugs shall comply with AWWA M11. 6 g. Butt Strap CIosure Joints 7 1) Where necessary to make closure to pipe previously laid, closure joints 8 shall be installed using butt strap joints in accordance with AWWA C206 9 and applicable provisions of this Specification. 10 10. Polyurethane Coating 11 a. Applicator Qualifications 12 1) Equipment shall be certified by the coating manufacturer to meet the 13 requirements for: 14 a) Material mixing 15 b) Temperature control 16 c) Application rate 17 d) Ratio control for multi -part coatings 18 2) Equipment not meeting the written requirements of the coating 19 manufacturer shall be rejected for coating application until repairs or 20 replacement of the equipment is made to the satisfaction of the City. 21 3) Personnel responsible for the application of the coating system shall: 22 a) Provide certification of attendance at the coating manufacturer's 23 training class within the last 3 years 24 b) Be present during all coating application work and shall have 25 responsibility for controlling all aspects of the coating application 26 b. Surface Preparation 27 1) Rernove visible oil, grease, dirt and contamination in accordance with 28 SSPC SP 1. 29 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, 30 gouges or delaminations in the metal by filing or grinding prior to abrasive 31 surface preparation. 32 3) In cold weather or when moisture collects on the pipe and the temperature 33 of the pipe is less than 45 degrees F, preheat pipe to a temperature between 34 45 and 90 degrees F and 5 degrees F above dew point. 35 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 36 produce the surface preparation cleanliness as required by coating 37 manufacturer and as specified. 38 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 39 air wash separator. 40 5) Blast media mixture and gradation shall be adequate to achieve a sharp 41 angular surface profile as required by coating manufacturer and to the 42 minimum depth specified. 43 6) Protect prepared pipe from humidity, moisture and rain. 44 7) Keep pipe clean, dry and free of flash rust. 45 a) Remove all flash rust, imperfections or contamination on cleaned pipe 46 surface by reblasting prior to primer application. 47 8) Complete priming and coating of pipe in a continuous operation the same 48 day as surface preparation. CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 29, 2022 ADDENDU.IvI No. 1 3311 14-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 32 1 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2 2 SSPC SP 5; to a near white metal blast cleaning with a minimum 3.0 mil 3 angular profile in bare steel. 4 c. Equipment 5 1) 2-component, heated airless spray unit in accordance with coating 6 manufacturer's recommendation 7 d. Temperature 8 1) Minimum 5 degrees F above dew point temperature 9 a) The temperature of the surface shall not be less than 60 degrees F 10 during application, 11 e. Humidity 12 1) Heating of pipe surfaces may be required to meet requirements of this 13 Section if relative bnmidity exceeds 80 percent, 14 £ Resin 15 1) Do not thin or mix resins; use as received. 16 2) Store resins at a temperature recommended by the coating manufacturer. 17 g. Application 18 1) Applicator shall be certified by the coating manufacturer and conform to 19 coating manufacturer's recommendations. 20 a) Thinning is not permitted. 21 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 22 mils. 23 3) Multiple -pass, 1 coat application process is permitted provided maximum 24 allowable recoat time specified by coating manufacturer is not exceeded. 25 4) Provide cutbacks in accordance with coating manufacturer's 26 recommendations as appropriate for the type of joint and heat shrink sleeve 27 to be used. 28 h. Recoating 29 1) Recoat only when coating has cured less than maximum time specified by 30 coating manufacturer. 31 2) When coating has cured for more than recoat time, brush -blast or 32 thoroughly sand the surface. 33 3) Blow -off cleaning using clean, dry, high pressure compressed air. 34 i. Curing 35 1) Do not handle pipe until coating has been allowed to cure, per 36 manufacturer's recommendations. 37 11. Joint Primer for Holdback 38 a. Prime coating and lining holdback area per manufacturer's 39 recommendation appropriate for field welding. 40 2.3 ACCESSORIES [NOT USED] 41 2.4 SOURCE QUALITY CONTROL 42 A. Marking for Identification 43 1. For each joint of pipe and each fitting, plainly mark on 1 end: 44 a. Class for which it is designated 45 b. Date of manufacturer 46 c. Identification number CITY OF FORT WORTH WESTSIDE III — PHASE I-- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of32 I d. Top centerlines shall be marked on all specials 2 B. Factory Testing 3 I. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in 4 accordance with AWWA C205. 5 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with 6 AWWA C222. 7 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 8 1) Test coating system applied to the pipe for holidays according to the 9 procedures outlined in NACE SP0188 using a high voltage spark tester 10 (operating at 100 volts per mil), for the dry film thickness (DFT) specified 11 of 35 mil. 12 b. Adhesion Testing 13 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 14 pounds per square inch, minimum. 15 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 16 off equipment, such as HATE Model 108 or Delfesko Positest, in 17 accordance with ASTM D4541 and AWWA C222, except as modified in 18 this Section. 19 3) Adhesion testing records shall include: 20 a) Pipe identification 2] b) Surface tested (interior or exterior) 22 c) Surface temperature 23 d) Coating thickness 24 e) Tensile force applied 25 1) Mode of failure 26 g) Percentage of substrate failure relative of dolly surface 27 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 28 for a minimum of 12 hours. 29 a) Because of high cohesive strength, score polyurethane coatings around 30 the dolly prior to conducting the adhesion test. 31 5) Failure shall be by adhesive and cohesive failure only. 32 a) Adhesive failure is defined as separation of the coating from the steel 33 substrate. 34 b) Cohesive failure is defined as failure within the coating, resulting in 35 coating remaining both on the steel substrate and dolly. 36 6) Retest partial adhesion and glue failure if the substrate failure is less than 37 50 percent relative of the dolly surface area and the applied tension was less 38 than the specified adhesion. 39 7) Glue failures in excess of the minimum required tensile adhesion are 40 accepted as meeting the specified adhesion requirements. 41 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 42 lining independently (where applicable). 43 9) Frequency of adhesion testing in accordance with AWWA C222. 44 10) Randomly select repair patches on the polyurethane coating for adhesion 45 testing in a manner as described herein and at the discretion of the coating 46 inspector conducting the adhesion tests. 47 a) Adhesion of repairs shall be as specified by the coating manufacturer 48 for the type of repair. CITY OF FORT WORTH WESTSID.E III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 32 1 C. Manufacturer's Technician for Pipe Installation 2 1. Pipe Manufacturer's Representative 3 a. If required by the Engineer or requested by the Contractor during construction, 4 the pipe manufacturer shall furnish the services of a factory trained, qualified, 5 job experienced technician to advise and instruct as necessary in pipe laying 6 and pipe jointing. 7 1) The technician shall assist and advise the Contractor in his pipe laying 8 operations and shall instruct construction personnel in proper joint 9 assembly and joint inspection procedures. 10 2) The technician is not required to be on -site full time; however, the 11 technician shall be regularly on -site during the first 2 weeks of pipe laying 12 and thereafter as requested by the Engineer, City or Contractor. 13 2. Polyurethane Coating Manufacturer's Representative 14 a. The pipe manufacturer shall provide services of polyurethane coating 15 manufacturer's representative and a representative from the heat shrink joint 16 manufacturer for a period of not less than 3 days at beginning of actual pipe 17 laying operations to advise Contractor and City regarding installation, including 18 but not limited to: 19 1) Handling and storage 20 2) Cleaning and inspecting 21 3) Coating repairs 22 4) Field applied coating 23 5) Heat shrink installation procedures 24 6) General construction methods and how they may affect pipe coating 25 b. Representative shall be required to return if, in the opinion of the Engineer, the 26 polyurethane coating or the Contractor's construction methods do not comply 27 with Contract Specifications. 28 1) Cost for the manufacturer's representatives to return to the site shall be at 29 no additional cost to the City. 30 D. Hydrostatic Pressure Testing 31 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 32 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 33 a. The internal test pressure shall be that which results in a fiber stress equal to 75 34 percent of the minimum yield strength of the steel used. 35 b. Each joint of pipe tested shall be completely watertight under maximum test 36 pressure. 37 c. Test pressure shall be held for sufficient time to observe the weld seams. 38 d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 39 1) The pipe shall be numbered in order that this information can be recorded. 40 e. Fittings shall be fabricated from hydrostatically tested pipe. All welds on 41 fittings shall be tested by hydrostatic test, ultrasonic test, air test, or 42 magnetic particle test. Air test shall be made by applying air to the welds 43 at 10 pounds per square inch pressure and checking for leaks around and 44 through welds with a soap solution. In addition, 5 percent of welds on 45 fittings shall be checked with x-ray or ultrasonic testing by an independent 46 certified welding inspector paid for by the Pipe Manufacturer. 47 3. Test fittings by: CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 -21 BURIED STEEL PIPE AND FITTINGS Pale 21 of 32 1 2 b, n,rngnctle part:iele Mesa 3 e: --Ultra iic 4 5 c. Dyc penetrant test 6 E. City Testing and Inspection 7 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 8 testing laboratory, which laboratory shall be selected and retained by the City. 9 a. Representatives of the City, City's laboratory, or the Engineer shall have access 10 to the work whenever it is in preparation or progress. 11 b. Pipe manufacturer shall provide proper facilities for access and for inspection. 12 c. Pipe manufacturer shaI1 notify the City in writing, a minimum of 2 weeks prior 13 to the pipe fabrication so that the City may advise the manufacturer as to the 14 City's decision regarding tests to be performed by an independent testing 15 laboratory. 16 d. Material, fabricated parts and pipe, which are discovered to be defective, or 17 which do not conform to the requirements of this Specification shall be subject 18 to rejection at any time prior to City's final acceptance of the product. 19 2. The inspection and testing by the independent testing laboratory anticipates that 20 production of pipe shall be done over a normal period of time and without "slow 21 downs" or other abnormal delays. 22 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 23 Contractor and advise the Contractor of any changes in the schedule. 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. General 30 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as 31 specified in AWWA M11, in accordance with th^ pipe mnnufacturer'- 32 reeemmenfkitiotts AWWA C604 and as required for the proper functioning of the 33 completed pipe line. 34 2. Lay pipe to the lines and grades as indicated in the Drawings. 35 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 36 4. For installation of carrier pipe within casing, see Section 33 05 24. 37 5. Inspect and test each joint for holidays just prior to pipe being lowered into the 38 ditch. 39 a. All damaged areas and holidays are to be repaired before the pipe is lowered 40 into the trench. 41 6. PIace and consolidate embedment and backfill prior to removing pipe stalls. CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 32 1 7. Maximum allowable pipe deflection is limited to: 2 a. 2 percent for mortar coated steel pipe 3 b. 3 percent for polyurethane coated steel pipe 4 8. Install bonds at aI1 pipe joints, except for welded joints or insulated joints. 5 B. Pipe Handling 6 1. Haul and distribute pipe and fittings at the project site. 7 2. Handle pipe with care to avoid damage. 8 a. Pipe shall be handled at all times with sufficient a minimum of two non- 9 abrasive slings, belts or other equipment designed to prevent damage to the 10 coating or lining. 11 b. The spacing of pipe supports required to handle the pipe shall be adequate to 12 prevent cracking or damage to the lining or coating. For joints exceeding 40 13 feet, a spreader bar shall be used. 14 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 15 lowering into the trench. 16 d. The equipment shall be kept in such repair that its continued use is not injurious 17 to the coating. 18 e. Do not lay pipe in wet conditions. 19 3. At the close of each operating day: 20 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 21 the laying operation. 22 b. Effectively seal the open end of the pipe using a gasketed night cap. 23 C. Line Up at Bends 24 1. Line up pipe for joining so as to prevent damage thereto. 25 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 26 matter, rust and scale before placing spigot into bell. 27 2. Where abrupt changes in grade and direction occur, employ special shop fabricated 28 fittings for the purpose. 29 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 30 or direction of the line shall not be permitted. 31 3. Over -stabbed loins shall not be acceptable. A joint shall be considered over- 32 stabbed if the stabbed section is greater than the manufacturer's 33 recommendation. All over -stabbed joints shall be re -stabbed, but -strapped, or 34 welded. 35 D. Pipe Laying 36 1. Rubber Gasket Joints 37 a. Join rubber gasket joints in accordance with the manufacturer's 38 recommendations. 39 b. Clean bell and spigot of foreign material. 40 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 41 the pipe. 42 d. Engage spigot as far as possible in bell. Use joint spacers to prevent over- 43 stabbing the bell. 44 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 45 f. Check gasket with feeler gauge all around the pipe. CITY OF FORT WORTH WESTSIDE nI — PHASE I —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 10268E-1 Revised November 29, 2022 ADDENDUM No. 1 1 2 g. 33 11 14 - 23 BURLED STEEL PIPE AND FITTINGS Page 23 of 32 In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 3 2. Welded Joints 4 a. Weld joints in accordance with AWWA C206. 5 1) Contractor shall provide adequate ventilation for welders and for City's 6 representative to observe welds. 7 2) Welds shall be full circle fillet welds, unless otherwise specified. 8 3) Welding shall be completed after application of field applied joint coating 9 if weld after backfill is used. 10 b. Adequate provisions for reducing temperature stresses shall be the 1) responsibility of the Contractor. 12 c. After the pipe has been joined and properly aligned and prior to the start of the 13 welding procedure: 14 1) The spigot and bell shall be made essentially concentric by shimming or 15 tacking to obtain clearance tolerance around the periphery of the joint. 16 2) In no case shall the clearance tolerance be permitted to accumulate. 17 d. Before welding: 18 1) Thoroughly clean pipe ends. 19 2) Weld pipe by machine or by the manual shielded electric arc process. 20 3) Welding shall be performed so as not to damage lining or coating. 21 4) Cover the polyurethane coating as necessary to protect from weld splatter. 22 e. Furnish labor, equipment, tools and supplies, including shielded type welding 23 rod. 24 I) Protect welding rod from any deterioration prior to its use. 25 2) If any portion of a box or carton is damaged, reject the entire box or carton. 26 f. Hand Welding 27 I) The metal shall be deposited in successive layers. 28 2) Not more than 1/8 inch of metal shall be deposited in each pass. 29 3) Each pass except the final 1, whether in butt or fillet welds, shall be 30 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 31 dirt, slag or flux before the succeeding bead is applied. 32 4) Each pass shall be thoroughly fused into the plates at each side of the 33 welding groove or fillet and shall not be permitted to pile up in the center of 34 the weld. 35 5) Undercutting along the side shall not be permitted. 36 g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, 37 undercutting and/or any other defects. 38 h. If the ends of the pipe are laminated, split or damaged to the extent that 39 satisfactory welding contact cannot be obtained, remove the pipe from the line. 40 i. Furnish each welder employed with a steel stencil for marking the welds, so 41 that the work of each welder may he identified, 42 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 43 to him. 44 1) In the event any welder leaves the job, his stencil shall be voided and not 45 duplicated if another welder is employed. 46 k. Welders 47 1) Use only competent, spilled and qualified workmen. CITY OF FORT WORTH WESTSIDE III -- PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised. November 29, 2022 ADDENDUM No. 1 331114-24 BURIED STEEL PIPE AND FITTINGS Page 24 of 32 1 a) Each welder employed by the Contractor shall be required to 2 satisfactorily pass a welding test in accordance with AWWA C206 3 before being allowed to weld on the line. 4 b) After each welder has qualified in the preliminary tests referred to 5 above, inspections shall be made of joints in the line. 6 c) Any welder making defective welds shall not be allowed to continue to 7 weld. 8 E. Interior Joint Grouting 9 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 10 collected in the joint and moisten the concrete surfaces of the joint space by 11 spraying or brushing with a wet brush. 12 2. Fill the inside of the joint recess with a stiff cement mortar. 13 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots 14 are required, apply a bonding agent to mortar and steel surface prior to placing joint 15 mortar. 16 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 17 that no voids remain in the joint space. 18 5. After the joint has been filled,level the surfaces of the joint mortar with the interior 19 surfaces of the pipe with a steel trowel so that the surface is smooth. 20 6. Interior joints of pipe 24 inch and smaller shall have the bell buttered with mortar, 21 prior to inserting the spigot, such that when the spigot is pushed into position it will 22 extrude surplus mortar from the joint. 23 a. The surplus mortar shall be struck off flush with the inside of the pipe by 24 pulling a filled burlap bag or inflated ball through the pipe with a rope. 25 F. Exterior Joint Protection 26 1. Heat Shrink Sleeves 27 a. General 28 1) Buried pipe joints shall be field coated after pipe assembly in accordance 29 with AWWA C216, using Heat Shrink Sleeves. 30 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 31 coating by a minimum of 3 inches. 32 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 33 width will not be permitted. 34 b. Installation 35 1) Clean pipe surface and adjacent coating of all mud, oil, grease, Lust and 36 other foreign contaminates with a wire brash in accordance with 37 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 38 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 39 a) Clean the full circumference of the pipe and a minimum of 6 inches 40 onto the existing coating. 41 2) Remove all loose or damaged pipe coating at joint and either repair the 42 coating as specified herein or increase the length of the joint coating, where 43 reasonable and practical. 44 3) Complete joint bonding of non -welded pipe joints before application of 45 joint coating. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 32 1 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 2 bonds shall be filled with mastic sealant. 3 5) Store sleeves in shipping box until use is required. 4 a) Keep dry and sheltered from exposure to direct sunlight. 5 b) Store off the ground or concrete floors and maintain at a temperature 6 between 60 degrees F and 100 degrees F as recommended by the sleeve 7 manufacturer. 8 6) Metal surface shall he free of all dirt, dust and flash rusting prior to sleeve 9 application. 10 7) Preheat pipe undo July to 140 degrees F to 160 degrees F or as 11 recommended by the sleeve manufacturer. 12 a) Monitor pipe temperature using a surface temperature gauge, infrared 13 thermometer or color changing crayons, 14 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 15 or shields and do not permit the joint to cool. 16 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 17 mastic filler in accordance with the manufacturer's recommendations for 18 the full circumference of the pipe. 19 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 20 degrees F and while maintaining the pipe temperature above the preheat 21 temperature specified. 22 10) Apply sleeve in accordance with the manufacturer's instructions and center 23 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 24 existing pipe coating. 25 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 26 around heaters. 27 a) Hold flame a minimum of 6 inches from the sleeve surface. 28 b) Periodically roll the coating on the pipe surface. 29 c) Heat from the center of the sleeve to the outer edge until properly 30 seated, then begin in the opposite direction. 31 d) Monitor sleeve for color change, where appropriate, or with appropriate 32 temperature gauges. 33 e) Take care not to excessively heat the parent coating. 34 12) Completed joint sleeve shall be fully bonded to the pipe and existing 35 coating surface, without voids, mastic beading shall be visible along the full 36 circumference of the sleeve, and there shall be no wrinkling or excessive 37 burns on the sleeves. 38 a) Sleeves which do not meet these requirements shall be removed and the 39 joint recoated as directed by the Engineer. 40 h) Minor repairs may be repaired using heat shrink sleeve repair kits. 41 13) Allow the sleeve to cool before moving, handling or backfi:lling. In hot 42 climates, provide shading from direct sunlight. 43 a) Water quenching will be allowed only when permitted by the sleeve 44 manufacturer. 45 G. Protective Welded Joints Coating System — Weld After Backfill 46 1. General 47 a. Application of protective coating at the pipe joints will be as follows: CITY OF FORT WORTH WESTSIDE III —PHASE I--42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDF,NDUM No. I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 b. c. d. 33 11 14- 26 BURIED STF.ET PIPE AND FITTINGS Page 26 of 32 I) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve 4) In lieu of the CANUSA sleeve, contractor may use a single sleeve Berry CPC -Covalence: Water wrap WAB. 5) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. When applying the 34ayer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint 1) I the Contractor's welding procedure damages the join coating system on any one of the excavated Points, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. The City reserves the right to require the Contractor to expose additional • f d. �e o �e of t �aM s tee i o n� 24 2. Joint Coating f2; 25 a. Apply 34ayer Joint Coating System before Welding the Joint 26 b, Pipe Manufacturing and Heat Tape 27 1) A 35-mil thickness polyurethane coating shall be applied over entire length 28 of pipe. 29 2) The Contractor shall field apply 60-mil thick by 6-inch wide strip of 30 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 31 the pipe, centered on the location of the welding, over a 35 mil factory 32 applied polyurethane coating. 33 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 34 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 35 other foreign contaminates with a wire brush in accordance with 36 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 37 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 38 a) Clean the full circumference of the pipe and a minimum of 6 inches 39 onto the existing coating. 40 2) Remove all loose or damaged pipe coating at joint and either repair the 41 coating as specified herein or increase the length of the joint coating, where 42 reasonable and practical. 43 3) Complete joint bonding of pipe joints before application of joint coating. 44 a) Joint bonds shall be low profile bonds and all gaps and crevices around 45 the bonds shall be filled with mastic sealant. 46 4) Store sleeves in shipping box until use is required. 47 a) Keep dry and sheltered from exposure to direct sunlight. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 331114-27 BURIED STEEL PIPE AND FITTINGS Page27 of 32 1 b) Store off the ground or concrete floors and maintain at a temperature 2 between 60 degrees F and 100 degrees F as recommended by the sleeve 3 manufacturer. 4 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 5 application. 6 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 7 recommended by the sleeve manufacturer. 8 a) Monitor pipe temperature using a surface temperature gauge, infrared 9 thermometer or color changing crayons. 10 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 1 I or shields and do not permit the joint to cool. 12 7) Prime joint with specified primer and fill all cracks, crevices, and .gaps with 13 mastic filler in accordance with the manufacturer's recommendations for 14 the full circumference of the pipe. 15 8) Apply beat shrink sleeve when it is at a minimum temperature or 60 16 degrees F and while maintaining the pipe temperature above the preheat 17 temperature specified. 18 a) Apply sleeve in accordance with the manufacturer's instructions and 19 center the sleeve over the joint to provide a minimum of 3-inch overlay 20 onto the existing pipe coating. 21 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 22 around heaters. 23 a) Hold flame a minimum of 6 inches from the sleeve surface. 24 b) Periodically roll the coating on the pipe surface. 25 c) Heat from the center of the sleeve to the outer edge until properly 26 seated, then begin in the opposite direction. 27 d) Take care not to excessively heat the parent coating. 28 e) Monitor sleeve for color change, where appropriate, or with appropriate 29 temperature gauges. 30 10) Completed joint sleeve shall be fully bonded to the pipe and existing 31 coating surface, without voids, mastic beading shall be visible along the full 32 circumference of the sleeve, and there shall be no wrinkling or excessive 33 burns on the sleeves. 34 a) Sleeves which do not meet these requirements shall be removed and the 35 joint recoated as directed by the Engineer. 36 b) Minor repairs may be repaired using heat shrink sleeve repair lilts. 37 11) Allow the sleeve to cool before moving, handling or backfilling. 38 a) In hot climates, provide shading from direct sunlight. 39 b) Water quenching will be allowed only when permitted by the sleeve 40 manufacturer. 41 12) Holiday testing shall be performed using a high voltage holiday tester 42 (operating at 100 volts per mil) at each joint after field application of heat 43 shrinkable joint sleeve per SP0188. 44 a) If any holidays or cuts are detected, the sleeve shall be repaired using 45 the heat shrink sleeve manufacturer's recommendation. 46 b) The damaged area shall be covered with a minimum of 50-mm overlap 47 around the damaged area. 48 H. Protection of Buried Metal CITY OF FORT WORTH WESTSIDE 111 — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 33 11 14 -28 BURIED STEEL PIPE AND FITTINGS Page 28 of 32 1 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 2 factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps 3 of wax tape and encase in flowable fill. 4 3.5 REPAIR 5 A. Repair and Field Touchup of Polyurethane Coating 6 1. For repair and field touch-up of polyurethane coating, apply: 7 n. M d n Cu rr E) m n i .e- ane Coating 8 b. Lifelast Durasheild 110, 210, 310 or 310 JARS 9 c. ITW Futura Coatings Protce II, or Carboline 777 or 777PL 10 d. Coating manufacturer's recommendation 11 2. Holidays 12 a. Remove all traces of oil, grease, dust, dirt and other debris. 13 b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). 14 c. Apply a 35-mil coat of repair material described above. 15 d. Work repair material into scratched surface by brushing or rolling in 16 accordance with manufacturer's recommendations. 17 e. Retest for Holiday. 18 3. Field Cuts or Large Damage 19 a. If in the opinion of the City the polyurethane coating is excessively damaged, 20 the pipe segment will be rejected until the coating system is removed and 21 replaced so that the system is in a like -new condition. 22 b. Remove burrs from field cut ends or handling damage and smooth out edge of 23 polyurethane coating. 24 c. Remove all traces of oil, grease, dust, dirt and other debris. 25 d. Roughen area to be patched with rough grade sandpaper (40 grit). 26 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 27 area to be patched. 28 f. Apply a 35-mil coat of repair material described above, in accordance with 29 manufacturer's recommendations. 30 g. Work repair material into scratched surface by brushing. 31 h. Feather edges of repair material into prepared surface. 32 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 33 cut. 34 j. Test repairs for holidays. 35 B. Patch of Cement Mortar Lining 36 1. Repair cracks larger than 1/16 inch. 37 2. Pipes with disbonded linings will be rejected. 38 3. Excessive patching of lining shall not be permitted. 39 4. Repair in accordance with AWWA C205 and as follows: 40 a. Apply bonding agent to patch area. 41 b. Patching of lining shall be allowed where area to be repaired does not exceed 42 100 square inches and has no dimension greater than 12 inches. 43 c. In general, there shall be not more than 1 patch in the lining of any joint of 44 pipe. 45 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. CITY OF FORT WORTH WESTSIDE 111— PHASE I -- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 1 2 33 11 14-29 BURIED STEEL PIPE AND FITTINGS Page 29 of 32 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3 3.6 RE -INSTALLATION [NOT USED] 4 3.7 !HELD QUALITY CONTROL 5 A. Field Tests and Inspections 6 1. Quality Control of Field Applied Polyurethane Coating 7 a. Surface Preparation 8 1) Visually inspect surface preparation to ensure cleanliness and dryness 9 requirements have been met. 10 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 11 being achieved. 12 b. Visual 13 1) Visually inspect cured coating to ensure that the coating is completely 14 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 15 "sticky" or "gooey" areas. 16 2) Check to ensure that the coating completely covers the steel and existing 17 coating. 18 c. Thickness 19 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 20 adequate thickness has been achieved according to SSPC PA 2. 21 a) If the thickness of the coating is below the minimum specified millage 22 anywhere along the length of the pipe, then adjustments must be made 23 to the spray system to correct the problem. 24 2) At a minimum, the thickness shall be measured for every 50 square feet of 25 sprayed area. 26 d. Adhesion 27 1) Perform the following procedure on aminimum of 1 joint per day: 28 a) Select area to test that has cured for at least 1 hour for fast setting 29 coatings. 30 b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. 3) e. Holiday Testing 32 1) Holiday testing shall be performed using a high voltage holiday tester at 33 each joint no sooner than 1 hour after field application of polyurethane 34 coating. 35 f. Inspection at Welding Joints 36 1) When applying the 3 layer joint coating system for post welding the joints, 37 the Contractor must show that his operation will not damage the joint 38 coating system to the Engineer's satisfaction. 39 2) The Contractor will be required to fully uncover a maximum of 10 joints, 40 selected at random by the Engineer or City to visually inspect and test the 41 joint after welding. 42 3) Any damage must be repaired. 43 4) If the Contractor's welding procedure damages the 3 layer joint coating 44 system, the Contractor, at the direction of the Engineer, will be required to 45 modify his welding procedure. 46 2, Weld Testing CITY OF FORT WORTH WESTSIDE III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No, 1 331114-30 BURIED STEEL PIPE AND FITTINGS Page 30 of 32 1 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 2 accordance with AWWA C206 and set forth in AWS D.1,1. shall be performed 3 by the Contractor under the supervision and inspection of the City's 4 Representative or an independent testing laboratory, on all full welded joints. 5 1) Welds that are defective will be replaced or repaired, whichever is deemed 6 necessary by the Engineer, at the Contractor's expense. 7 2) If the Contractor disagrees with the Engineer's interpretation of welding 8 tests, test sections may be cut from the joint for physical testing. The 9 Contractor shall bear the expense of repairing the joint, regardless of the 10 results of physical testing. 11 3) The procedure for repairing the joint shall be approved by the Engineer 12 before proceeding. 13 3. Deflection Testing 14 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 15 at a minimum rate of , """ nt b r 500 linear f et of_water l in e 16 and per the requirements as indicated below. 17 1) Complete internal welding of joins, welding inspections and grout of 18 the inside joints prior to measure deflection. The welding inspections 19 shall be done by an independent CWI. 20 2) Measure deflection in the presence of the City. 21 a) Replace or repair defective welds, as deemed necessary by the City, 22 at the Contractor's expense. 23 b) Measurement method used to determine deflection shall be agreed 24 upon in writing amongst the City, Contractor, and Engineer prior 25 to installing the first joint of pipe. 26 c) Record and document all measurements. 27 d) Measure deflection no sooner than 5 days and no later than 30 days 28 after backfilling operations are complete. 29 3) Determine deflection with vertical measurements taken at the locations 30 indicated below. Locations where vertical measurements are taken 31 shall be clearly marked on the interior of the pipe. 32 a) Pipe joints 36-feet in length or less: vertical measurements shall be 33 taken at two locations,'/ distance from each pipe end. 34 b) Pipe joints exceeding 36 feet vertical measurements shall be taken 35 at 3 locations including '/ distance from each pipe end and at the 36 pipe midpoint. 37 4) Correction of Pipe Not Complying with Deflection Requirements 38 a) If the average joint deflection of a single joint, or any single 39 measurement, fails to meet specifications, the entire joint shall be 40 re -worked in accordance with the manufacturer's 41 recommendations and as directed by the City at no additional cost 42 to the City. This may include uncovering the pipe, re -compaction 43 of the pipe bedding, and repair of the coating. It is the 44 Contractor's responsibility to continuously measure and calculate 45 pipe deflection to verify it meets specification. 46 b) All costs associated with measuring the pipe deflection and any 47 repairs or rework associated with meeting these requirements shall 48 be borne by the Contractor. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMCSSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. l 33 11 14 -31 BURIED STEEL PIPE AND FITTINGS Page 31 of 32 1 5) Pipe Deflection Reports 2 a) Submit monthly reports as Record Data showing allowable 3 deflection, 1.5 times allowable deflection, the deflection 4 measurements, and calculated average deflection for each location 5 measured per joint for each joint of pipe. 6 b) Contractor shall verify that the nominal pipe diameter mees 7 specifications at all measured locations. Contractor shall 8 coordinate pipe replacement with the pipe manufacturer for any 9 pipe not meeting the specified internal diameter. 10 6) Average allowable pipe deflection shall not exceed 2% for 11 polyurethane coated pipe. In no case shall individual measurement 12 exceed 3% for polyurethan coated pipe. These measurements include 13 the allowable tolerance for lining thickness variation. Additionally, flat 14 spots or pipe with damaged lining shall be repaired. 15 b. City may reject any areas not meeting the deflection requirements of this 16 Specification. 17 4. Cleaning and Testing 18 a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 19 mains: 20 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the 21 water main as specified in Section 33 04 40. 22 5. Closed Circuit Television (CCTV) Inspection 23 a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in 24 accordance with Section 33 01 31. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4, 5, and 6 — Added reference to Section 33 11 05 and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH WESTSIDE I1I — PHASE I— 42-1NCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 29, 2022 ADDENDUM No. 1 331230-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page I of S SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS PART 1- 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 1.2.A.2.a 2. Added Section 2.2.A.Lb 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 II1— PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 102688-1 Revised November 10, 2022 331230-2 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. MS 1, Air -Release, AirlVacuunl, 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 ITT — PHASE I 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised Novemher 10, 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 L 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 111— PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 33 12 30 -4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 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. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] 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 VRIM or eouivalent. 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 150 psi e. Test Pressure = 225 psi d. Surge Pressure =100 psi minimum, unless stated otherwise in the Contract Documents CITY OF FORT WORTH WESTSIDE III — PHASE 1 — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331230-5 COMBXNATION 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. High volume discharge during pipeline filling 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 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 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 I) AISI 304 stainless steel orASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve 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 6. Vault a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 33 39 20. CITY OF FORT WORTH WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 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. h 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. Channel' 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 GrineIl, 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 0.0, unless otherwise stated in the Drawings. b. Color to be selected by the City. CITY OF FORT WORTH WESTSIDE III —PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I02688-I Revised November 10, 2022 33 12 30 - 7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 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.S REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. 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 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 — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10, 2022 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 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 Lo.g DATE NAME SUMMARY OF CHANGE 12/2012012 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 Ill — PHASE I — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-1 Revised November 10,2022 APPENDIX GC-4.01 Availability of Lands ID 1. LGI -- Temporary Construction Easement ID 2/7. Waste Management— Water Facility Easement ID 3. WaIsh - 50' Water and Reclaimed Water Line Easement ID 5, Walsh — Permanent Water Facility Easement ID 14. Walsh — Temporary Access Easement ID 15. Stephen Murrin — Temporary Access Easement ID 16. Donegal Hills, LP — Temporary Access Easement ID 17/18. Walsh — Temporary Access Easement ID 19. Walsh — Temporary Access Easement ID 20. Walsh — Temporary Construction Easement GC-4.02 Subsurface and Physical Conditions Geotechnical Report NWP 58 Memo GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities BKV Contractor Agreement and LONO Enlink LONO Atmos LONO Floodplain Permit FDP-22-00143 Floodplain Permit FDP-22-00232 Tarrant County Construction Plans Acceptance Letter Tarrant County Utility Permit TxDOT Permit — FTW20220602152140 TxDOT Permit — FTW20220602135938 Texas Historical Commission — Interim Report Approval GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE Ili — PI-IASE I-42-INCFI WATER TRANSMISSION MAIN City Project No, 102688 -1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WESTSIDE III — PRASE I— 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 GC 4.01 Availability of Lands ID 1, LGI — Temporary Construction Easement ID 2/7. Waste Management — Water Facility Easement ID 3. Walsh — 50' Water and Reclaimed Water Line Easement ID 5. Walsh — Permanent Water Facility Easement ID 14. Walsh — Temporary Access Easement ID 15. Stephen Murrin — Temporary Access Easement ID 16. Donegal Hills, LP — Temporary Access Easement ID 17/18, Walsh — Temporary Access Easement ID 19. Walsh — Temporary Access Easement ID 20. Walsh — Temporary Construction Easement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE III — PIIASE 1— 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 -1 THIS PAGE LEFT INTENTIONALLY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 LANK WESTSIDE III — PHASE I -- 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside HI Transmission Main Parcel No. 1 TCE 11526 Old Weatherford Road, Fort Worth, TX 76008 HOLBROOK, NATHANIEL SURVEY Abstract 647 Tract 3A01E STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: ,try,, r !, dd.) GRANTOR: LCI HOMES -- TEXAS, LLC. GRANTOR'S MAILING ADDRESS (including County): 1450 LAKE ROBBINS, SUITE 430 THE WOODLANDS, TEXAS 77380 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($40.00) and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described In the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, the 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, attached hereto and made a part hereof, and Ingress and egress aver Grantor's property to the Easement Property. TEMPORARY CONSTRUCTION EASEMENT Rev, 2020100 of grip loLCGVJV.c rawer 6 YI It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing a water transmission line and reclamation line improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this temporary easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on Grantor's warranty and representation in accepting this temporary easement_ TO HAVE AND TO HOLD the above -described temporary easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, until the cessation or expiration of the rights granted hereunder. Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. 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 APPEAR ON THE FOLLOWING PAGE] TEMPORARY CONSTRUCTION EASEMENT Rev. 202201 rayc.Iv1 GRANTOR LGI HOMES - TEXAS, LLC, Texas Limited Liability Company By (Print Name) Kfl"h r '14J 4-4--.3 (Title) & erf (c r STATE OF TEXAS COUNTY OF44.043doYy ACKNOWLEDGEMENT § BEFORE ME, the undersigned uthority, of ry Public in and for the State of Texas, on this day personally appeared , 11 ion s , as J c,cr- of LGI Homes — Texas, LLC., 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 LGI Homes -- Texas, LLC. and that they executed the same as the act of said LGI Homes — Texas, LLC. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 242 [SEAL] Igo ry Public, Stet of exas Name (printed): Notary's commission expires: TEMPORARY CONSTRUCTION EASEMENT Rev, 20220109 QI�TWORT U6666vJyvi rnyc•*vr v ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRANT § GRANTEE: City of Fort Worth By (Signature); Stev et5ep 26,201213:31-001 (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 BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared stevB Cooke Property Management Director of the 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 they 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 date of --..7G—?') -. ti [SEAL] J REMY V RITE Notary Puhlio-Sts to of Tmxm Tarrant Courtly Notary ID #12933313-0 Commission Exp. JUNE 15, 2020 Notary P c, Stof Texas Nam rinted Notary's comrriission expires: TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 gktli. 0 T . V G,CG,G, V Jsi V b r'u}jc v VI V LEGAL DESCRIPTION 10' WIDE, TEMPORARY CONSTRUCTION EASEMENT BEING a 0.1183 acre (5,154 square foot) tract of land situated in the Nathaniel Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described as "Tract A" In Special Warranty Deed to LG1 Homes - Texas, LLC recorded In Instrument No, D220278260 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 618-inch. iron rod with cap stamped "PAPE DAWSON" found in the north right-of-way line of Old Weatherford Road - County Road 1022 (a variable right-of-way width); said point being the southeast corner of said Tract A; THENCE South 89'43'42" West, along the said north line of Old Weatherford Road - County Road 1022, a distance of 1084.89 feet to the POINT OF BEGINNING; THENCE South 89°43'42" West, continuing along said north line of Old .Weatherford• Road - County Road .1022, a distance of 10.00 feet to a point for corner at the southeast corner of a 40' Permanent Water Line Easement recorded in Instrument No. D209231764 of said Official Public Records; THENCE North 00'15'16" West, along the east line of said 40' Permanent Water Line Easement, a distance of 500.48 feet to .a point for corner at the southeast corner of a 40' Permanent Water Line Easement recorded in Instrument No. D209231749 of said Official Public Records; THENCE North 0096'54" West, continuing alongthe said east line of the 40' Permanent Water Line Easement, a distance of 14.88 feet to a point for corner; THENCE North 89°44'06" East, departing the said east line of the 40' Permanent Water Line Easement, a distance of 10.00 feet to a point of corner; THENCE South 00°15'64" East, a distance of 14.88 feet to a point for corner; THENCE South 00°16'16" East, a distance of 500.48 feet to the POINT OF BEGINNING and containing 5,154 square feet or 0.1183 acres 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, hereby certifies that -the foregoing description accurately sets out the metes and bounds of the easement tract. `IVIICHAL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO, 8558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 78102 PH. 817-335-6511 mlchaeLbillingsleyQ.klmley-horn,cdm qF 64„;„,;i:i494:tirts, MICHAEL CLEO RILLINGSLEY '•..0 6558 �, r e+s•'PE5S`� o'�O �yp•..S,uRy�,t EXHIBIT "A" 10' WIDE TEMPORARY CONSTRUCTION EASEMENT NATHANIEL HOLBROOK SURVEY, ABSTRACT NO. 647, CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kim!ey»)Horn. >s0l chheery 8t.I Unl11,1120TEL Nu, ([Si7 aa6 6511 Fe,11No V� T�xaa 7e1o2 HRM# 1o1a404o v ,. lmiey om.ram Aka, Janda Chednd 6v al Pwleol �(o+ WA CA0 MOD I 217/2022 j 013101pa80 Bhae o 1 of 2 PAUILLA,CAtLAN217120222:27PMK:1FTW. LIRVEY100 oasa-Wsili 3s-INcli WOnINIMEASEMENTM 018280-1N811178.INCHWI, TEMPCNBTEAS£MENT.6WQ iJ664.6 V •l OWL r1196 V Vl %I NO'15'S4"W 14.86' I 40' PERMANENT —a—I�--- WATER LINE EASEMENT (INST. NO. D209231/49) TRACT A LGI HOMES -TEXAS, LLC (INST. NO. D220278250) N89°44'0B"E 10.00' S0 16'54"E 14.88' 40' PERMANENT WATER LINE EASEMENT (INST. NO. 0209231754) PART OF VERNON INVESTMENT CORPORATION (VOL. 6342, PG. 749) S89°43'42"W 10.00' 00 LEE M. BASS, TRUSTEE FOR THE 820 MANAGEMENT TRUST NOTES (INST. NO. D199129417) SOM15'1C'E 500.48' 40' W1DE TEMPORARY CONSTRUCTION EASEMENT 0.1183 ACRES 6,164 SO. FT. S51143'42' W i0e4.ee'� 0 iflo ZD GRAPHIC SCALE IN FEET LEGEND A R CENTRAL ANGLE P.Q.C. Q POINT OF COMMENCING P.O.D. R POINT OF 13EG1NNINO IRFC = IRON ROD WITH CAP FOUND C.M. a CONTROLLING MONUMENT P.O.C. 618" IRFC P.O.B. OLD WEATHERFORD RDAD"PAPEDA S �" ) COUNTY ROAD 1022 (A VARIABLE'MDTH RIGHT-OF-WAY) ff Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies thls survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. iVIICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO.8666 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-8511 michael.billingsley@kimley-horn.com EXHIBIT'B" 10' WIDE TEMPORARY CONSTRUCTION EASEMENT NATHANIEL HOLBROOK SURVEY, ABSTRACT NO. 647, CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley>» horn a1 Cha 3Ir.lI11n1I11.M 13a'fol. No. (61712dM-8611 Fad Worth.h.Texre 761a2 FIRM,/iO164alo wArw.klmliy-hnmeam ree Ofamh ChoC,,,Iby D paid to. 11112M, i" 2O0, CAn MCD 2l112122 Malmo 2 OF 2 PADILLA, CAI:LAN 217»0222:2/ PM K.'1FTW_SURVEYtos1a1e36O Wstll l5-INGH oWa1EAsEMENrslaslolsms-Walllas.INCHWORM? CNSTEAaEMENT.DWG Electronically Recorded by Tarrant County Clerk in Official Public Records - 03, MARY LOUISE NICHOLSON COUNTY CLERK WATER FACILITY EASEMENT Rev_20220109 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Waterside III Parcel No. 2 PWFE 12225 Old Weatherford Rd RICHERSON, BF SURVEY Abstract 1374 Tract 1 C01 GLEASONS, CYRUS SURVEY Abstract 559 Tract IA AND Parcel No. 7 PWFE 12200 West Frwy BURLESON, JONATHAN SURVEY Abstract 78 Tract 3A5&3A9 STATE OF TEXAS COUNTY OF TARRANT DATE: ALA2 iO TITLE: COMPANY 0001f ,). S,k KNOW ALL MEN BY THESE PRESENTS gILLYAIEBIRT_WORTH WATER FACILITY gASEMENT GRANTOR: WASTE MANAGEMENT OF TEXAS, INC. GRANTOR'S MAILING ADDRESS (including County): c!o Corporate Real Estate Department 720 East Butterfield Road, 4th Floor Lombard, DuPage County, Illinois 60148 GRANTEE: CITY OF FORT WORTH GRANTEES 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 a tract of land more particularly described in the attached Exhibit A and Exhibit B ("Easement Property"), being portions of Account Numbers: 06873138, 06873103 and 40607127 ("Grantor's Property"). Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement within the Easement Property ("Permanet Easement') for the construction, operation, maintenance, replacement, upgrade, orWo Gy II .2 1. p V, , C. inspection and repair of a Permanent Water Main Facility, hereafter referred to as "Facility.' The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, and junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at reasonable times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility; provided, however, all above ground attachments, equipment and appurtenances shall be located in such areas as are acceptable to the Grantor. Grantee shall coordinate with Grantor to minimize disruptions to Grantor's operations on Grantor's Property. Except in the event of an emergency, Grantee shall use reasonable efforts to provide Grantor with at least forty-eight (48) hours advance written notice of any work occurring In the Easement Property. The Facility installed in the Easement Property shall be and remain the property of the Grantee, its successors and assigns, and the Grantee, its successors and assigns, shall be responsible for all maintenance and repairs to the Facility and to the Easement Property as necessary for the proper and efficient flow of water through the Facility and to maintain the Facility using best management practices. In no event shall Grantor (l) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a new permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry walls or other structures that require a building permit if such structures will unreasonably interfere with the use of the Easement Property by Grantee. However, Grantor shall be permitted to and reserves the right to install and maintain concrete, asphalt, gravel driveway, road and/or to place other surfacing materials on the Easement Property and to use the same for parking and/or constructing or locating fencing, driveways, walkways, roads or parking lots across the Easement Property and/or for the installation, operation and replacement of monitoring wells and probes provided the same are located in areas mutually acceptable to the Grantor and Grantee and do not unreasonably interfere with Grantee's use and enjoyment of the Easement Property. Within ninety (90) days after completion of Grantee's operations and activities on the Easement Property, Grantee shall be obligated to repair and restore to substantially the same condition which existed before Grantee's entry onto the Easement Property, the Easement Property and any portion of the Grantor's adjoining lands disturbed by the Grantee or caused by Grantee's use of the Permanent Easement, at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace any structures or improvements installed in violation of the provisions and intended use of this Permanent Easement, To the extent that construction operations and/or use of the Permanent Easement requires the temporary removal of part of a then existing fence, Grantee shall at all times provide temporary fencing of an equivalent size, grade, quality, and type present at the time of removal, so that persons cannot gain access to the Grantor's Property. Grantor shall not be responsible for injury to or death of any persons, damage, loss or destruction of any property to the extent incurred by Grantor, its successors and assigns, transferees, employees, agents, lessees, contractors, subcontracts, partners, officers, directors and related affiliate entities to the extent arising pursuant to the exercise of rights of this Easement. To the extent permitted by Texas law and without waiving its governmental immunity, Grantee shall indemnify, defend, and hold Grantor, its successors and assigns, transferees, employees, agents, lessees, contractors, subcontractors, partners, officers, o Waa WATER FACILITY EASEMENT Rev. 20220109 directors and related or affiliated entities harmless from any and all liability, liens, demands, judgments, suits, attorneys' fees, costs and claims of any kind or character arising out of, in connection with, or relating to Grantee's operations, and/or the operations of its employees, agents, contractors and subcontractors, on the Easement Property including, but not limited to, claims for injury to or death of any persons, damage, Toss or destruction of any property, real or personal. Nothing contained herein shall ever be construed so as to require Grantee to assess, levy and collect any tax to fund its obligations under this section. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the Interest on the debt and provides a sinking fund. The City of Fort Worth has not and will not create a sinking fund or collect any tax to pay any obligation created under this section. This provision shall survive the termination of this Permanent Easement. During any periods of accessing the Easement Property, Grantee and its contractors shall maintain, or shall cause its contractors to maintain, the following: (a) Broad form Commercial General Liability insurance policy with a minimum policy limit of $1,000,000 per occurrence, $2,000,000 in the aggregate; (b) Automobile Liability insurance for each automobile owned or leased by Grantee, with a $1,000,000 per occurrence policy limit; and (c) Workers' Compensation/Employer's Liability with statutory coverage with a $1,000,000/accident, $1,000,000/Disease-Policy, $1,000,000/Disease-per employee. The Commercial General Liability insurance policy shall name Grantor as additional insured. The Commercial General Liability and Automobile Liability policies required in this paragraph shall Include the following endorsement: "The insurance afforded to the additional insured is primary insurance. If the Grantor has other insurance which is applicable to the Toss on a contributing, excess or contingent basis, the amount of this insurance company's liability under this policy shall not be reduced by the existence of such other insurance. Any insurance carried by the Grantor shall be excess and non-contributing with the insurance provided by the insured." On or before the commencement of any work pursuant to this Perranent Easement, Grantor shall be provided with certificates of insurance evidencing the existence of the coverage described above. The Grantee is a governmental entity under the laws of the state of Texas and pursuant to Chapter 2259 of the Texas Government Code, entitled "Self -Insurance by Governmental Units," is self - insured and therefore is not required to purchase Insurance. Grantor agrees that Grantee shall be allowed to retain (self -insure) in whole or in part any insurance obligations required herein. Grantee agrees to provide Grantor with a copy of the As -Built Survey, as amended, or other similar drawings following completion of construction. Except as otherwise expressly stated herein, Grantee agrees that this Permanent Easement is made under and subject to all matters of record and accepts the condition of the Easement Property on an "AS IS" basis, subject to all easements, rights -of -way and encumbrances of record, including without limitation all easements presently existing within the Easement Area. Grantee shall not assign this Permanent Easement without the prior written consent of Grantor. Subject to the above, this Permanent Easement shall run with the land and shall be binding upon the successors and assigns of the parties hereto, Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10the anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. WATER FAGI LITY EASEMENT Rev.20220109 tT40R'rrr. The persons signing this document on behalf of the Grantor and Grantee warrant that he or she has the legal authority to execute this Permanent Easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor and Grantee. Each party is fully entitled to rely on this warranty and representation in accepting this Permanent Easement. TO HAVE AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever. 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 APPEAR ON THE FOLLOWING PAGES] WATER FACIWTf EASEMENT Rev.20220108 Fo rr_.0. GRANTOR: WASTE MANAGEMENT OF TEXAS, INC. a Texas Corporation By: 09314 y1de� J&mes A. Wilson, Vice President Ikce STATE OF ILLINOIS COUNTY OF DUPAGE ACKNOWLEDGEMENT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared James A. Wilson, Vice President of Waste Management of Texas, Inc., 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 Waste Management of Texas, Inc.. and that he executed the same as the act of said Waste Management of Texas, Inc„ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of oe 1 Oi3E1 19, 2022- [SEAL] OFFICIAL SEAT VIDYA SHIR1SH DARSHANE NOTARY PUBLIC - STATE OF WWWWNOf5 MY COMMON S1O21/23 WATER FACILITY EASEMENT Rev. 20220109 Notaifj Public, State of IIIlnois Name (printed): V I Dig l 6 fri i !R t ti. P 1j-1H riNE Notary's commission expires: O/ 2.1 )2.0 z s RTWOR ACCEPTED BY: GRANTEE: City of Fort Worth DanA -110h 1a2FF _ By(Signature): DaneBur`hdo8' ov2,2022iW2Corl (Print Name) Dana Burghdoff TiteAssistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature):.,gsneavo .Ateomer (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 Dana Burghdoff Assistant City Manager of the City of FortWorth, 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 they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and In the capacitytherein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 44i c2 Pa? (SEMI JIREMY V R171 Notary►Putitioaate ofTexat Tomtit ' + dy Notary iD 01203351350 Camrillsslos Exp. JUNE 1 E, 2020 WATSR FACILITY EASEMSNT fRW. 20220/09 1 o FT": tate of Texas a (printed); xec�-j G Aitc_ `rotary's commission expires: � ;� ze ElVoriMr ". ...y... ... . 1.1 LLUAL DESCRIPTION PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT BEING a 0.7973 acre (34,729 square foot) tract of land situated in the B F Richersvn Survey, Abstract No. 1374 and the Cyrus Gieasons Survey, Abstract No. 559, City of Fort Worth, Tarrant County, Texas; said tract being part of that tracts of Land described in General Warranty Deed to Waste Management of Texas, Inc. recorded in Volume 6477, Page 335 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 1-inch iron rod found for the northwest corner of that tract land described in Deed to West Side Sanitary Land Fill, Inc. recorded In Volume 12208, Page 2281 of said Deed Records; said point also being in the south line of said Waste Management of Texas, Inc. tract; THENCE South 89°52'21" West, along the said south line of the Waste Management of Texas, Inc, tract, a distance of 25.01 feet to the POINT OF BEGINNING; THENCE South 89°52'21" West, continuing along said south line of the Waste Management of Texas, Inc. tract, a distance of 48.27 feet to a point for comer; THENCE North 01'19124" East, departing said south line of the Waste Management of Texas, Inc. tract, a distance of 60.93 feet to a point for corner; THENCE, South 89°24'39" East, a distance of 474.06 feet to a point for corner; THENCE North 00°35'21" East, a distance of 6.42 feet to a point for corner, THENCE North 68°05'21" East, a distance of 100.81 feet to a paint far comer; THENCE South 89°24'39" East, a distance of 221.64 to a point for corner In the west line of the tract of land described In Special Warranty Deed to the City of Fort Worth recorded in instrument No. D241267292 of said Official Public Records; THENCE South 46°37'55" East, along said west line of City of Fort Worth Tract, a distance of 73.52 feet to a point for corner; THENCE North 89°25'29" West, departing said west line of City of Fort Worth Tract, a distance of 294.87 feet to a point for corner; EXHIBIT "A" PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT B F RICHERSON SURVEY, ABSTRACT NO. 1374 & CYRUS GLEASONS SURVEY, ABSTRACT NO. 559, CITY OF FORT WORTH TARRANT COUNTY, TEXAS KimIey'» Horn 001 Chary Street, Mel 01300 Tel. MI. (817)998$B71 Fon Wont. 7e,*s 76102 FIRM M 1010101C wmnv klm-Wy4ipm,c,n 1, [Hawn by Chatted by NIA can t.{Cs emr2D222 081018380 Es 1Ire eWNG$LEY,MICHAEL8127.'20221:23FM#1KIMLEY-14ORNMCPTIV1PTW.BURN$YW81018980ows1113B-INCH wLDWGIEASErMFiN s 101B5B0-WsIIIWINCH WLJ'REMENANTyy ER6 ReCLAIMEa WATER LINE esonAWG bbbbW W W W W , .,y....... , THENCE South 56°59'201' West, a distance of 54.21 feet to a point for corner, THENCE North 89'27'02" West, a distance of 454.97 feet to a point for corner, THENCE South 01°19'24" West, a distance 25.01 feet to the POINT OF BEGINNING containing 0.7973 acres or 34,729 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. - e/ MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO.6658 801 CHERRY STREET, uNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-hom.com MICHAEL CLEO BILLINGSLEY EXHIBIT "A" PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT B F RICHERSON SURVEY, ABSTRACT NO. 1374 & CYRUS GLEASONS SURVEY, ABSTRACT NO. 559, CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki le*Hom 801 ChmySW id, UM11. * 1300 Tdd. No. (917)395- 511 FortYlorhTwos 76102 FIRMik10193440 ww e.NeNey-han.mm 1CAD ailtinkt cxcokg¢hv PAN&. Sh01411 , k1Cti 6127/20222 081016380 I_ 2 OF 4 WL PR l ANT WATER& BILLINGSLEY, MICHAEL B127I2022124 PMMIN LEY-HORMIT}C FTWIFTWSURVEM0B1111B380 RECLAIMED WATER LNE ESMT.DWO 9188-INCH WLN7WeIERSEMENTaw61618z o-Ws1➢ 36-I e Myv v ve . s• 0 50 1 GRAPHIC SCALE IN FEET RO.B. SSE.5221'W 25.01' 11 L 1 1 PERMANENT WATER 1 & RECLAIMED WATER LINE EASEMENT 0.7973 ACRES 34,729 SQ. FT. 1 \-5 Ae'�rA / �i L11 WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) NOTES 1" IRF (C.M.) P.O.C. 10 PERMANENT SEW R & RECLAIMED WATE EASEMENT (INST. NO. D205261146) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zane (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. iCHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michaelblilingsley@kirniey-hom.com WASTE MANAGEMENT OF TEXAS, INC. (VOL. 12208, PG. 2281) WEST SIDE SANITARY LAND FILLING, (VOL. 6477, G. 335) LEGEND 1 1 1 1 1 1 1 1 1 A = CENTRAL ANGLE P.0.C. w POINT OF COMMENCING P,O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND . C.M. = CONTROLLING MONUMENT T EXHIBII11It PERMANENT WI ATER AND RECLAIMED WATER LINE EASEMENT B F RICHERSON SURVEY, ABSTRACT NO. 1374 & CYRUS GLEASONS SURVEY, ABSTRACT NO, 559, CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimtey>»#130H rn sot Cherry 5lraa.Unit 11 TALNo. FM) 3354511 FartWolRMS Texas 76102 FIRMS wwwAmley-hpmeom Checked Os! tNectNo,. MINI Ns, I . �. 1 kook, � P 1'=107 CAB MC9 Ol27t20222 oalalesmo sOP BILLINGSLEY, MICHAEL 6127/2022114 PM 11KIMiEY-HORN1TX FVMFTW SURVEYW61018380-SHI SS-INCR WL1CWG1EASEMENTS1001018380-WSth SPIN CH WL PREM ENANT WATER & RECLAIMED WATER LINE E MT.t3Wa 0 60 1601 GRAPHIC SCALE IN PEET LEGEND A = CENTRAL ANGLE P.O.C. POINT OF COMMENCING P.O.B. - POINT OF BEGINNING IRF = IRON ROD FOUND C.M. = CONTROLLING MONUMENT LEE M. BASS, TRUSTEE FOR THE 820 MANAGEMENT TRUST (INST. NO. D199129417) PERMANENT WATER & RECLAIMED WATER L6 LINE EASEMENT CITY OF FORT WORTH jtto 1} 0,7973 ACRES (INST. NO. D211267292) L8 PERMANENT SEWER & RECLAIMED WATER EASEMENT (INST. NO. D205071423) WEST SIDE SANITARY LAND FILL, INC. (VOL. 6477, PG. 335) LINE TABLE NO. BEARING LENGTH L1 S89°52'21°W 48.27' L2 N01'19'24"E 60.93' L3 889'24'39"E 474.06' L4 N00135'21"E 6.42' L5 N88°0521"E 100.81' L6 S89"24'39"E 221.84' L7 S45°37'55.E 73.5Z L6 N89'25'29"W 294.87' L9 S56°59'20'W 54.21' LIO N89'27'02"W 454.97' L11 S01 °19'24' W 25.01' \ TRACT 3 SANITARY SEWER EASEMENT (INST. NO. D205197616) TRACT 2 SANITARY SEWER EASEMENT (INST. NO. D205197616) EXHIBIT "B" PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT B F RICHERSON SURVEY, ABSTRACT NO. 1374 & CYRUS GLEASONS SURVEY, ABSTRACT NO. 559, CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kirnley»Horn 001 Ch 24=4 UM 11, 6139Td. No.1017)S03�6.4611 FoA�Texa 76102 FIRM4<10144040 w�w.k9ri.y4om.cam 1"=100' CA } MC8 6127/20222 061018360 4 OF4 BILLINGSLEY. MICHAEL W27I2022124 PM 6kfMLEY-HORNCnCFTW'F1W Bl1R RECLAIMED WINTER LINEESMT.DWG EY4061018800-WSIII STANCH WL1DWG1EASEMENTSW8t018380.WSIII3641CH WUREMENANT WATER & LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING a 1,590 square foot (0.0365 acre) tract of land situated In the Jonathan Burleson Survey, Abstract No. 78, and being a portion of a called 45.87 acre tract of land described In the Special Warranty Deed to Waste Management of Texas, Inc„ recorded in Volume 12208, Page 2281 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows! COMMENCING at a brass disk stamped "TXDOT R.O,W." found In the north line of Interstate Highway 30 (a variable width right-of-way); THENCE South 84°40'01" West, along the said north line of Interstate Highway 30, a distance of 12,31 feet to a paint; from said point a concrete monument found bears South 83°50121" West, a distance of 88.38 feet; THENCE North 00°15'48° East, departing the said north line of Interstate Highway 30, and along the west line of the said called 45.87 acre tract, a distance of 307.72 feet to the POINT OF BEGINNING; THENCE North 00°15'45" East, continuing along the said west line of the called 45.87 acre tract, a distance of 33.62 feet to a point for corner; THENCE South 89'43'58" East, departing the said west line of the called 45.87 acre tract, a distance of 49,99 feet to a point for corner; THENCE South 00°15'47" West, a distance of 30.00 feet to a point for corner; THENCE South 86°07'05" West, a distance of 50.12 feet to the POINT OF BEGINNING and containing 1,590 square feet or 0.0365 acres of land, more or Tess. 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. (UIICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.biilingsley@klmley-horn.com PERMANENT WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO, 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley»>Horn 01sM t,Up111 .130Tol. Flo.(�17l33566i1 For Worth, TOMS 76102 FIRM # 1018,1040 wxw.F8mliyfiom eom IA N5� CRG Pbeebad by MC9 At I WW1& 32412022091018960 Sheet No. 10F2 GENSHEWE R,RILEY 3/29/39224:29PMKA TW sURVEY10s901e380•W311138.lNCHwilowcA2AsEmENTSM0133Bo-.Ws11196-INCHWL..EXPERMANENT WATERLINE E9MT.DWG 3.1) B0 covem SCALE IN FEET P.O.B. WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12824, PG. 92) LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING BDF = BRASS DISK FOUND CMF = CONCRETE MONUMENT FOUND NOTES CMF $63°69121C4 5"8' • s L3 L5 N0'15'48"E 307.72' I1 PERMANENT WATER LINE EASEMENT 0.0365 ACRES 1,590 SQ. FT. CALLED 45.87 ACRES (TRACT 1) WASTE MANAGEMENT OF TEXAS, INC. (VOL. 12208, PG. 2281) LINE TABLE NO. BEARING LENGTH L1 584.40'01"W 12.31' L2 N00615'45"E 33.62' 13 569°43'58"E 49.99' L4 S0015'47' W 30.00' L5 S$8'07'05' W 50.12' P.O.C. BDF 'TXDOT ROM' INTERSTATE HIGHWAY 30 (A VARIABLE WIDTH RIGHT-OF-WAY) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that thls plat of survey accurately sets out the metes and bounds of the easement tract. PERMANENT WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS 7/2,,/2L MICI-IAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO.8558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley©kimley-harn.com Kimle*Horn v 801 Chant Strati, lln 111,# 1300 Tel No. T 3366i11 RartW etr,Tmraa 78102 RNM0101843 0 %%Namo m sElk I 2f1.1t- I 0110clotlbv I ftterl No. I shoat trot 1•at1tY CR(i MC8 3/20022 061019390 10F7 CPN 102688 Westside III Water Transmission Main Parcel # 3 PWFE JONATHAN BURLESON SURVEY, Abstract No. 78; B.F. RICHARDSON SURVEY, Abstract No. 1374 STATE OF TEXAS § COUNTY OF TARRANT § DATE: KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT 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 4-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 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 ail 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 ail 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 mariner 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 GRANTEES contractors, GRANTEE shall require all of Permanent Water Facility Easement -Walsh Rev. 20220203 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 LEGAL DESCRIPTION 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT BEING a 5.7096 acres (248,709 square toot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, and being a portion 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 concrete monument found in the north line of Interstate Highway 30 (a variable width right-of-way); from said point a brass disk stamped "TXDOT R.O.W." found bears North 83°56'25" East, a distance of 100.68 feet; THENCE South 89°34'48" West, along the said north line of Interstate Highway 30, a distance of 181.82 feet to the POINT OF BEGINNING; THENCE South 89°34'48" West, continuing along the said north line of Interstate Highway 30, a distance of 50.00 feet to a point for corner; THENCE North 00°17'21" East, departing the said north line of Interstate Highway 30, a distance of 240.03 feet to a point for corner; THENCE South 89°42'59" East, a distance of 100.00 feet to a point for corner; THENCE North 00°17'01" East, a distance of 23.89 feet to a point for corner; THENCE North 86°11'52" East, a distance of 120.63 feet to a point for corner; THENCE North 00°17'01" East, a distance of 546.10 feet to a point for corner; THENCE North 00°63'47" West, a distance of 97.70 feet to a point for corner; THENCE North 00°29'22" West, a distance of 995.82 feet to a point for corner; THENCE North 45°07'15" East, a distance of 74.10 feet to a point for corner; THENCE North 00°37'15" East, a distance of 196.48 feet to a point for corner; THENCE North 00°69'40" East, a distance of 550.67 feet to a point for corner; THENCE North 01 °21'11" East, a distance of 201.51 feet to a point for corner; THENCE North 01°08'17" East, a distance of 303.98 feet to a point for corner; THENCE North 00°23'11" East, a distance of 92.45 feet to a point for corner; THENCE North 02°05'12" East, a distance of 201.47 feet to a point for corner; THENCE North 01'19'27" East, a distance of 985.02 feet to a point for corner; THENCE North 43°54'39" West, a distance of 32.74 feet to a point for corner; THENCE North 01°19'24" East, a distance of 56.54 feet to a point for corner in the north line of the said Walsh Ranches Limited Partnership tract; CONTINUED ON SHEET 2 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle»)Horn v 801 Cherry Street, Unit 1 , 81300 Tel. No. (817) 33543511 Fort Worth, Texas 76102 FIRM 810194040 vAVW kimley- om.com auk Drawn by j Checker' by Data Pr° a No. Sheet No N/A CRG MCB 4114/2022 061018380 1 OF 0 HOPPER, BRADIN 9/26/2022 3:06 PM F<IFTA' SURVEY1061010380-W31II 36-INCH WLIDWGIEASEMENTS1,061018380-WS11I 36-INCH WL_EX PERMANENT WATER AND RECLAIMED WATER 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 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 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. 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 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 Easem ent-Walsh Rev. 20220203 LEGAL DESCRIPTION (CONTINUED) THENCE North 89°52'21" East, along the said north line of the Walsh Ranches Limited Partnership tract, a distance of 73.26 feet to a point for corner; from said point a 1/2-inch iron rod with "AREA SURVEYING" cap found for the northeasternmost corner of a called 188.244 acre tract described in the General Warranty Deed to West Side Sanitary Land Fill, Inc., recorded in Volume 6477, Page 335 of the said Deed Records bears South 89°24'39" East, a distance of 660.93 feet; THENCE along the said east line of the Walsh Ranches Limited Partnership tract, the following seven (7) calls: South 01 °19'24" West, a distance of 1066.80 feet to a point for corner; South 02°05'12" West, a distance of 201.06 feet to a point for corner; South 00°23'11" West, a distance of 92.04 feet to a point for corner; South 01 °08'17" West, a distance of 304.40 feet to a point for corner; South 01 °21'11" West, a distance of 201.45 feet to a point for corner; South 00°59'40" West, a distance of 550.35 feet to a point for corner; South 00°37'15" West, a distance of 272.49 feet to a point for corner; THENCE North 89°47'52" West, departing the said east line of the Walsh Ranches Limited Partnership tract, a distance of 51.47 feet to a point for corner; THENCE South 00°30'37" East, a distance of 970.98 feet to a point for corner; THENCE South 00°53'47" East, a distance of 98.03 feet to a point for corner; THENCE South 00°17'01" West, a distance of 465.02 feet to a point for corner; THENCE South 89°43'68" East, a distance of 49.85 feet to a point for corner in the said east line of the Walsh Ranches Limited Partnership tract; THENCE South 00°16'17" West, along the said east line of the Walsh Ranches Limited Partnership tract, a distance of 24.35 feet to a point for corner; THENCE South 86°11'52" West, departing the said east line of the Walsh Ranches Limited Partnership tract, a distance of 49.98 feet to a point for corner; THENCE South 00°17'01" West, a distance of 136.18 feet to a point for corner; THENCE North 89°42'59" West, a distance of 220.32 feet to a point for corner; THENCE South 00°17'01" West, a distance of 189.41 feet to the POINT OF BEGINNING and containing 248,709 square feet or 5.7096 acres of land, more or Tess. 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. 1/101. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com co:e O 6 :'(S) *: :fir MICHAEL CLEO BILLINGSLEY ,0 6558 . Q` <,�* 5851��0� 1).4k0 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki:iey»)Horn 801 Cherry Street, Uni111, # 130Tel. No. (817) 335-6511 Fort Worth. Texas 76102 FIRM # 10194040 www.kimley-hom.com Scats NIA Drawn by ' CRG Checked 6V MCB Date .„ Protect No, 4/14/2022 061018380 Sheol No. 20F6 HOPPER, BRADIN 9/2612022 3:06 PM K:1FTW1 SURVEY1061018360-WS11136-INCH WLIDWGIEASEMENTS106101838Q WSlli 36-INCH WL_EX PERMANENT WATER AND RECLAIMED WATER 100 200 GRAPHIC SCALE IN FEET 25' PERMANENT WATER LINE EASEMENTAREA (INST. NO. D214047387) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG, 92) LEGEND P.O.C, = POINT OF COMMENCING P.Q.B. = POINT OF BEGINNING IRF = IRON ROD FOUND IRFC = IRON ROD WI CAP FOUND BDF = BRASS DISK FOUND CMF = CONCRETE MONUMENT FOUND 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 5.7096 ACRES 248,709 SQ. FT. 20' SOUTHWESTERN GAS PIPELINE, INC. NATURAL GAS PIPELINE EASEMENT-- 50' ATMOS ENERGY (INST. NO. D207432986) CORPORATION NATURAL - GAS PIPELINE EASEMENT (INST. NO. D213174809) INTERSTATE HIGHWAY 30 NOTES (A VARIABLE WIDTH RIGHT-OF-WAY) L6 L5 L3 MATCH LINE (SEE SHEET 4) ICI I� N I i Ittttt - a CO 0) L7 u) L22 LOT 1 R, BLOCK 1 WASTE MANAGEMENT ADDITION (INST. NO, D209152298) WEST SIDE SANITARY LANDFILL, INC. (VOL. 6477, PG. 335) JAMES C. JOHNSON'SURVEY - ABST. NO.871 JONATHAN BURLESON SURVEY - ABST. NO. 78 TRACT 1 WASTE MANAGEMENT OF TEXAS, INC. (VOL. 12208, PG. 2281) L23 50' BARNETT GATHERING, LP PIPELINE EASEMENT (INST. NO. D212068611) UOF 'TXDOT R.0.W." P.O.B. P.O.C. Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat, The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH, 817-335-6511 rnichael.billingsley@kimley-horn.com 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS im1ey'» H m 801 Cherry Street, Unit 1 , # 130Tel. No. (617) 330.6611 Fort Worth, Texas 76102 FIRM # 10194040 www.ktm ay-hom.cam Scale 1" = 200' Drawn by CRG Checked by MCB Date 4/14/2022 Protect No. 061018360 Sheet No. 30F6 HOPPER, BRADIN 9/26/2022 3:06 PM K:IFTWSURVEY1061010380-WSIII 30-INCH WLIDWGIEASEMENTS\051018360-WSI(I 38-INCH WL EX PERMANENT WATER AND RECLAIMED WATER 0 100 200 GRAPHIC SCALE IN FEET MATCH LINE (SEE SHEET 5) » rlllll i ommi WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 50' BARNETT GATHERING, LP PIPELINE EASEMENT— (INST. NO. D212068611) LEGEND L) 1113 to z 60' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 6.7096 ACRES 248,709 SQ. FT. 50' BARNETT GATHERING, LP PIPELINE EASEMENT (INST. NO. D212068611) L20 MATCH LINE (SEE SHEET 3) P.O.G. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND IRFC = IRON ROD W/ CAP FOUND BDF = BRASS DISK FOUND CMF = CONCRETE MONUMENT FOUND 8 In rn 10 0 CALLED 188.244 ACRES WEST SIDE SANITARY LAND FILL, INC. (VOL. 6477, PG. 335) SO''37'15"W 272.49' LOT 1R, BLOCK 1 WASTE MANAGEMENT ADDITION (INST. NO. D209152298) WEST SIDE SANITARY LANDFILL, INC. (VOL, 6477, PG. 335) 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS imiey 001 Clint' Street, Unit,1, # 120Tel. No. I817j 335-6511 Fort Worth, Texas 78102 FIRM # 10194040 www.ldmley-hom.cam »>Horn Scale Drawn by CRG CheProlect No, CB by I 41 412022 I 061018360 I S4OF6 1"= 200' HOPPER. BRADIN 9f2512022 3:07 PM IC FTW SURVE110810,8380-WSI1136-INCH WL►DWGIEASEMENTS1061018380-WSIII 36-INCH WL EX PERMANENT WATER AND RECLAIMED WATER MATCH LINE (SEE SHEET 6) mo — — ono b� r� IIIIIIIII� 103 200 GRAPHIC SCALE IN FEET LINE TABLE LINE TABLE NO. BEARING LENGTH NO. BEARING LENGTH L1 NB3°56'25"E 100.68' L21 S00°53'47"E 98.03' L2 889°34148"W 181.82' L22 S89°43'58"E 49.85' L3 S89°34'48'W 50.00' L23 S00°16'17"W 24.35' L4 N00°17'01"E 240.03' L24 S86°11'52"W 49.98' L5 S89°42'59"E 100.00' L25 S00°17'01 "W 136.18' L6 N00°17'01"E 23.89' L26 N89°42'59"W 220.32' L7 N86°11'52"E 120.63' L27 S00°17'01"W 189.41' LB N04°53'47"W 97.70' L9 N45°07'15"E 74.10' L10 N00°37115"E 1 196.48' L11 N01 °21'11 "E 201.51' WALSH RANCHES LIMITED PARTNERSHIP L12 N00°23'11"E 92.45' (VOL. 12624, PG. 92) L13 N02705112"E 201.47' L14 N43°54'39'W 32.74' L15 N01°19'24"E 56.54' L16 N89°52'21"E 73.26' 60' WIDE PERMANENT L17 S02°05'12"W 201.06' RECLAIMED WATER AND WATER L18 S00°23'11"W 92.04' — LINE EASEMENT L19 801°21'11"W 201.45' 6.7096 ACRES 248,709 SQ. FT. L20 N89°47'52"W 51.47' LEGEND 0) ° z M — — — Itl1 — w - MATCH LINE (SEE SHEET 4) P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND RFC = IRON ROD W/ CAP FOUND BDF = BRASS DISK FOUND CMF = CONCRETE MONUMENT FOUND • • • • • L17 CALLED 188.244 ACRES WEST SIDE SANITARY LAND FILL, INC. (VOL. 6477, PG. 335) 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kirnley>»Hom 601 CherrySlreel, Unit 11, #130Tel. No. ((817) 335.6511 Fort Worth. Texas 76102 FIRM # 10184040 www.kimlay-ham.com Scats Drawn by Checked by Dabs Prolact No. I *heat No. 1"= 200' CRG MCB 4I1412022 061016380 5 OF 6 HOPPER, BRADIN 9/26/2022 3:07 PM K:1FTW SURVEY106101B380-WSIII 36-INCH WLIDWGIEASEMENTS1061018380-WSIII Mt -INCH WL_EX PERMANENT WATER AND RECLAIMED WATER WASTE MANAGEMENT OF TEXAS, INC. (VOL. 12208, PG. 2281) PERMANENT SEWER & RECLAIMED WATER EASEMENT — (INST. NO. 1)205261146) L16 L14 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 5.7096 ACRES 248,709 SQ. FT. WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) �. - LEGEND co 0 a i 1" IRF 1 1 1 1 I \I 1 1 1 1 1 �1 1•1 `I 1'1 I I L 589`24'39"E 660.93 1 CALLED 188.244 ACRES WEST SIDE SANITARY LAND FILL, INC. (VOL. 6477, PG. 335) 0 100 200 GRAPHIC SCALE IN FEET PERMANENT SEWER & — RECLAIMED WATER EASEMENT (INST. NO. D205071423) 1/2" IRFC "AREA SURVEYING" 11 ltitititt� IIIt11II� Ittttttttt� »� tt� MATCH LINE (SEE SHEET 5) 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS P.O.C. = POINT OF COMMENCING m P.O.B. =POINT OF BEGINNING lkirrilev ��� Hom IRF = IRON RODFOUND IRFC = IRON ROD W/ CAP FOUND 801 Cherry Street, Unit 11, # 1300 Tel. No. (8171335-6511 BDF = BRASS DISK FOUND Fort Worth, Texas 76102 FIRM # 10194040 www.klmley- om.aom CMF = CONCRETE MONUMENT FOUND Scale Drawn by phecked by Dale I pralect No. Sheet No. 1"a200' 1 CRG MCB 4/14/2022 l 061018380 60F8 HOPPER, BRAWN 0126/2022 3:07 PM K:IFTW SURVEY1061018360-WSIII36-INCH WLIDWGIEASEMENTS1061018380-WSIII 36-INCH WL_EX PERMANENT WATER AND RECLAIMED WATER CPN 102688 Westside III Water Transmission Main Parcel # 5 PWFE JONATHAN BURLESON SURVEY, Abstract No. 78; WILLIAM ROBINSON SURVEY, Abstract No. 1274 STATE OF TEXAS § COUNTY OF TARRANT § DATE: KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT 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 GRANTEES 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'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 Permanent Water Facility Easement-Waish 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 GRANTORS 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 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 been removed, relocated, altered, damaged or destroyed as a result of GRANTEES 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 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 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. 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 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 EXHIBIT A LEGAL DESCRIPTION PERMANENT WATER FACILITY EASEMENT BEING a 9.5392 acre (415,528 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, and the William Robinson Survey, Abstract No. 1274, 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 1-inch iron rod found for the southwest corner of Lot 1, Block 10, Linkwood Estates, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 388-7, Page 87 of the Plat Records of Tarrant County, Texas; from said point a 1/2-inch iron rod found for the southwest corner of Lot 7, said Block 10 bears North 87°43'56" East, a distance of 480.00 feet; THENCE South 89°51'54" East, along the south line of a called 54.709 acre tract of land (Tract 2) described in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey, recorded in Instrument No. D218093312 of the Official Public Records of Tarrant County, Texas, a distance of 35.09 feet to the POINT OF BEGINNING; THENCE South 00°08'14" East, departing the said south line of Tract 2, a distance of 30.19 feet to a point for corner; THENCE North 89°52'00" East, a distance of 861.94 feet to a point for corner; THENCE South 64°01'32" East, a distance of 406.44 feet to a point for corner; THENCE South 42°56'34" East, a distance of 171.72 feet to a point for corner; THENCE South 82°23'43" East, a distance of 105.04 feet to a point for corner in the west line of Tract 1 described in the Substitute Trustee's Deed to Beryl Artz Bypass, recorded in Instrument No. D220256447 of said Official Public Records; THENCE South 00°10'14" West, along the said west line of Tract 1, a distance of 436.73 feet to a point for corner; said point being the northwest corner of Lot 19, Block 30, Lost Creek Addition, an addition to the City of Fort Worth according to the plat recorded in Instrument No. D205157412 of said Plat Records; THENCE South 00°10'37" West, at a distance of 141.91 feet passing a 5/8-inch iron rod found for the southwest corner of said Lot 19 and continuing in all a total distance of 1530.00 feet to a point for corner; THENCE South 89°37'52" East, a distance of 505.74 feet to a point for corner; THENCE South 34°23'59" East, a distance of 248.33 feet to a point for corner; THENCE South 03°18'55" West, a distance of 691.16 feet to a point for corner; THENCE South 22°34'46" West, a distance of 379.52 feet to a point for corner; THENCE South 01°09'51" West, a distance of 989.91 feet to a point for corner; THENCE South 44°00'43" West, a distance of 815.37 feet to a point for corner; THENCE South 83°29'18" East, a distance of 186.80 feet to a point for corner; THENCE South 06°43'00" West, a distance of 49.99 feet to a point for corner; THENCE North 83°29'22" West, a distance of 155.00 feet to a point for corner; PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS CONTINUED ON SHEET 2 Ki rn 801 Cherry Street, Un1111, # 1300 Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM 1110194040 www.klmley-lmm.com Scale j Drawn by Checked by, Date I Proiect N0. N/A CRG MC8 7/1812022 061018380 GENSHEIMER,RILEY 7/181202210:50AMK:1F1W SURVEY 1061018380-WS11136-INCHWLIDWG1EASEMENTS1061018360-WS11136-INCHWL PERMANENT ESMT.DWG Sheet hie. 1 OF 7 EXHIBIT A LEGAL DESCRIPTION (CONTINUED) PERMANENT WATER FACILITY EASEMENT THENCE South 00°0102" West, a distance of 51.07 feet to a point for corner in the north right-of-way line of Interstate Highway No 20 (a variable width right-of-way); THENCE North 83°29'18" West, along the said north right-of-way of Interstate Highway No. 20, a distance of 32.71 feet to a point for corner; THENCE North 85°53'18" West, continuing along the said north right-of-way of Interstate Highway No. 20, a distance of 218.97 feet to a point for corner; from said point a brass disk stamped "TXDOT" found bears North 85°53'18" West, a distance of 261.46 feet; THENCE North 03°51'11" East, departing the said north right-of-way of Interstate Highway No. 20, a distance of 49.99 feet to a point for corner; THENCE South 86°10'12" East, a distance of 158.78 feet to a point for corner; THENCE North 00°00'26" East, a distance of 51.99 feet to a point for corner; THENCE North 44°00'43" East, a distance of 835.23 feet to a point for corner; THENCE North 01 °09'50" East, a distance of 979.75 feet to a point for corner; THENCE North 22°34'46" East, a distance of 380.49 feet to a point for corner; THENCE North 03°18'57" East, a distance of 665.60 feet to a point for corner; THENCE North 34°24'05" West, a distance of 205.11 feet to a point for corner THENCE North 89°37'52" West, a distance of 549.22 feet to a point for corner; THENCE North 00°10'14" East, a distance of 1454.40 feet to a paint for corner; THENCE North 45°10'14" East, a distance of 28.28 feet to a point for corner THENCE North 00°10'14" East, a distance of 424.68 feet to a point for corner; THENCE North 42°56'34" West, a distance of 295.06 feet to a point for corner; THENCE North 64°01'32" West, a distance of 385.54 feet to a point for corner; THENCE South 89°51'50" West, a distance of 858.52 feet to a point for corner; THENCE North 45°08'10" West, a distance of 31.57 feet to a point for corner; THENCE North 33°53'10" West, a distance of 70.04 feet to a point for corner In the said south line of Tract 2; THENCE South 89°51'39" East, along the said south line of Tract 2, a distance of 69.41 feet to the POINT OF BEGINNING and containing 415,528 square feet or 9.5392 acres of land, more or Tess. 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki le »)Horn 801 Cherry Streel, Unit 11, k 1300 TeL No. (817) 335-6511 Fad Worth, Texas 78102 FIRM 010194.044 www.klmley om.cam Scale NIA Drawn by CRG Checked by MCB Rateecl No. sheet No. 7/1812022 I Pra 061018330 2 OF 7 GENSHEIMER, RILEY 711812022 10:50 AM R:1fTW SURVEY1061018380-WSII130-INCH WLIDWG\EASEMENTS1061018360 WSIII 36.INCH WL PERMANENT ESMT.DWG EXHIBIT B CALLED 54.709 ACRES (TRACT 2) BOURKE C. HARVEY (INST. NO. D218093312) P.O.C. F.O.B. LEGEND L17 P.Q.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND NOTES -L19 L1 _ _ _ L2 N89°52'00"E 861.94' T_ 589°51'50"W 858.52', W. HOUSTON SURVEY -MST. NO. 719 1 1" IR 4 5 N87°43'58"E I 480.00' LINKHILL DRIVE (A 60 FOOT RIGHT-OF-WAY) 6 7 LIN (V a 100 00 GRAPHIC SCALE IN FEET BLO WOOp L. 38 K10 E5�-•�ES K10 ESTATES -7, PC, 87) 9.5392 ACRES 415,528 SQ. FT. 1112" IRF JONATHAN BURLESON SURVEY- ABST. NO. 78 PERMANENT SEWER LINES AND WATER RECLAMATION EASEMENT (INST. NO. D205207195) WALSH RANCHES LIMITED PARTNERSHIP (VOL 12624, PG. 92) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. �MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com OF 7- MICHAEL CLEO BILLINGSLEY 6558 ,,,;' 9,�Q. Stu o PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley»)Horn 801 Cherry Slreet, Unit 11, # 130Tel. N. (817) 335 6511 Fort Worth, Texas 76102 FIRM t110194040 w'M.kimley-hern.cam Scale Drum by 1"=200' I CRO Checked b' MCB Date 7/18/2022 Pre ec No 061018300 Sh$gl No. 3 OF 7 GENSHEIMER. RILEY711812022 10:60 AM K:1FfW_SURVEY1061018380-WSIII 36-INCH WLSDWGIEASEMENTS1061018360-WSIII 36-INCH WI _PERMANENT ESMT.OWG EXHIBIT B T ✓ m m rn 9.5392 ACRES -I-I 415,528 SQ. FT. w \ LEGEND SEWER LINE AND WATER' RECLAMATION MAIN EASEMENT (INST. NO. D217291998) e _ . / PERMANENT SEWER LINES AND WATER RECLAMATION EASEMENT (INST. NO. D205207195) LP oa •cr 0 0 Z JONATHAN BURLESON SURVEY - ABST. NO.78 L15 DRAINAGE EASEMENT (INST. NO. D205047881) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 9.5392 ACRES 415,528 SQ. FT. TRACTI • BERYL ARTZ BYPASS • (INST. NO. D220256447) O W. HOUSTON SURVEY-ASST. NO. 719 18 / SO°90'37°W 17 141.91' IRS I I r+� —Tim` 1, — risen EMI I P.m — MATCH LINE (SEE SHEET 5) PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS GRAPHIC SCALE!? SUN VIEW LANE (A 50 FOOT RIGHT-OF-WAY) 10' UTILITY EASEMENT �INST. NO. D205157412) BLOCK 30 LOST CREEK ADDITION 1 I (1NST.NO. D205157412) P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND Kimley»)Horn 801 CherryStre, Un81 , #130Tel. No. (817) 335-6511 Fort Worth. Texas 76102 FIRM # 10194040 w wv.kimtay-hom.00m Scale Drawn by, Checked by 1" 200* CRC MCB Dote 7/1812022 poled No. Sheet No, 061018380 4 OF 7 GENSHEIMER, RILEY 7118l202210:50 AM K:LFTW_SURVEY4001018380-WS11136-INCH WL DWGIEASEMENTS1001018350-WSIII 36-INCH WLLPERMANENT ESMT.DWG EXHIBIT B 0 100 200 GRAPHIC SCALE IN FEET V' w WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 9.5392 ACRES 415,528 SQ. FT. MATCH LINE (SEE SHEET 4) 7 - _I ' //// _ //Z11///' N89°37152"W 549,22' NMI - - UMW 10' UTILITY EASEMENT (INST. NO. D205157412) LerCK28"`-- TON SURVEY-ASST,NO. 719 LOST REEK ADDITION PHASE VI (INST. O. D21019676 569°37'521'E 505.74' JONATHAN BURLESON SURVEY- ABST. NO. 78 WALSH RANCHES LIMITE PARTNERSHIP •(?), (VOL. 12624, PG. 92) f� NMI - 11 - Yrfl MEI 11 11 --:! MATCH LINE (SEE SHEET 6) LEGEND P.O.C. = POINT OF COMMENCING P.O.S. = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki Iev» Horn 801 Cherry Street, Unit 11, # 1300E Tel No. (917) 335-6511 Fort Worth, Texas 76102 FIRM # 10194040 www.kimley.homsom 1 3 ale 200' Draw/Hit 1 Chocked B by Gate 7/1812022 0611018380 Sheet N70. GENSHEIMER, RILEY 7I1812022 10:50 AM K:IFTW_SURVEY1081018380-WSIII 36-INCH WLII]WGIEASEMENTS1081018380-WSIII 38-INCH WL PERMANENT ESMT.CWG EXHIBIT B LEGEND MATCH LINE (SEE SHEET 5) mem — IIIIIII- Illl on liter I� WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND 9.5392 ACRES 415,528 SQ. FT. GRAPHIC SCALE IN FEET WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) - IIIIIIII� , I� - rrllllll� MATCH LINE (SEE SHEET 7) PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle 801 Cherry Street. Unit 1 , # 1300 1 Tel. No. (817) 385-0511 Fort Worth, Texas 78102 FIRM # 10184040 w.'nv.lrimley- om.wm Stele I Drawn by 1"=200' CRG C ecked b I Dale Pro ecL Na. MCB 7/1812022 061018380 GENSHEIMER, RILEY 71151202210:50AM K:1FTW_Sl1RVEY1061018380-WSIII WINCH WLIDWGlEASEMENTS1061018380--WSIII 36-INCH WL_PERMANENT ESMT.DWG EXHIBIT B 100 200 GRAPHIC SCALE IN FEET LEGEND BDF "TXDOT" LINE TABLE NO. BEARING LENGTH L1 S89°51'54"E 39.05' L2 S00°08'14"E 30.19' L3 S42°56'34"E 171.72' L4 S82°23'43"E 105.04' L5 S83°29'16"E 186.80' L6 S06°43'00"W 49.99' L7 N83°29'22"W 155.00' L8 SOD°01'02"W 51.07' L9 N83°29'18"W 32.71' L10 N85°53118"W 218.97' L11 NO3°51'11"E 49.99' L12 S86°10'12"E 158.78' L13 N00°00'26"E 51.99 L14 N34°24'05"W 205.11' L15 N45°10'14"E 28.28' L16 N42°56'34"W 295.06' L17 N45°08'10"W 31.57' L18 N33°53'10"W 70.04' L19 S89°51'39"E 69.41' N65°5� 3' 8"WW 261.46' 1 L12 L10 MATCH LINE (SEE SHEET 6) trr� Ittttttttttttt� — EIS w 0 to 0 0 +r— 9.5392 ACRES 415,528 SQ. FT. WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) INTERSTATE HIGHWAY NO. 20 (A VARIABLE WIDTH RIGHT-OF-WAY) P.O.C, = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND 9 <4, 5 shy WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) JONATHAN BUHLESON SURVEY- ABST. NO. 76 PERMANENT WATER & RECLAIMED WATER LINE EASEMENT W. HOUSTON SURVEY, ABST. NO. 719, JONATHAN BURLESON SURVEY, ABST. NO. 78 & WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki le 801 Cherry Street, Unit 11, it 1300 E' Fort Worth, Texas 76102 FIRM # 10194040 orn Tel. No. (B17) 335-0511 www.klmlephom.com hom.com Scale Drawn by Checked by Date Ara act No. heet No. 1"=200' 0R13 MCB 7/10/2022 061016380 7OF7 GENSHEIMER, RILEY 7/1812022 10:50 AM K:1F7W SURVEY1051018380-WSIII 36-INCH WL'DWG1EASEMENTS1081018380•WSIII36-INCH WL PERMANENT ESMT.DWG CPN 102688 Westside lit Water Transmission Main Parcel # 14 TAE JONATHAN BURLESON SURVEY, Abstract No, 78 STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS C1TY OF FORT WORTH TEMPORARY ACCESS 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: C1TY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET PORT 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 2-page metes and bounds description, and Exhibit "B", consisting of a 3-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 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. 20220203 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of accessing the Westside lII Water Transmission Main 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. Upon completion of the Facility and its acceptance by GRANTEE, all rights granted within the described Temporary Access Easement shall cease. 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 subject only to the rights herein granted, provided, however, that GRANTOR covenants and agrees it will not use the Easement Property in a manner that interferes with the construction of or access to 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 (including subcontractors of any tier) to obtain and maintain in effect at all times comprehensive genera! liability insurance covering operations on the property of GRANTOR in an amount not less than One Million Dollars ($1,000,000) per occurrence, and showing GRANTOR as an additional insured under such policy. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors (including subcontractors of any tier) to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iii) 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, but TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220203 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. 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. 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. 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)] TEMPORARY ACCESS 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 By: Ryan 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Notary Public in and for the State of Texas TEMPORARY ACCESS 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) ACKNOWLEDGMENT 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 TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220203 EXHIBIT A LEGAL DESCRIPTION TEMPORARY ACCESS EASEMENT BEING a 1.8897 acre (82,316 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, 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 brass disk stamped "TXDOT" found in the north right-of-way line of Interstate Highway No. 20 (a variable width right-of-way); from said point a brass disk stamped "TXDOT" found bears South 86°11'42" West, a distance of 111.78 feet; THENCE South 85°53'18" East, along the said north right-of-way line of Interstate Highway No. 20, a distance of 480.42 feet to a point; THENCE South 83°29'18" East, continuing along the said north right-of-way line of Interstate Highway No. 20, a distance of 182.05 feet to a point; THENCE North 07°01'24" East, departing the said north right-of-way line of Interstate Highway No. 20, a distance of 28.85 feet to the POINT OF BEGINNING; THENCE North 06°20'55" East, a distance of 30.00 feet to a point for corner; THENCE North 06°43'03" East, a distance of 41.30 feet to a point for corner; THENCE South 83°29'18" East, a distance of 100.01 feet to a point for corner; THENCE South 06°43'00" West, a distance of 41.01 feet to a point for corner; THENCE South 83°39'05" East, a distance of 660.13 feet to a point for corner; THENCE South 72°32'38" East, a distance of 178.40 feet to a point for corner; THENCE South 82°21'53" East, a distance of 672.15 feet to a point for corner; THENCE South 84°01'00" East, a distance of 971.44 feet to a point for corner; said point being the beginning of a tangent curve to the left with a radius of 750.09 feet, a central angle of 01 °43'34", and a chord bearing and distance of South 84°52'47" East, 22.60 feet; THENCE in an easterly direction, with said tangent curve to the left, an arc distance of 22.60 feet to a point for corner in the west line of a called 3.094 acre tract of land described in the Warranty Deed to Stephen Murrin, Jr., et al recorded in instrument No. D201220731 of the Official Public Records of Tarrant County, Texas; THENCE South 00°08'21" West, along the said west line of the 3.094 acre tract, a distance of 30.08 feet to a point for corner; said point being the beginning of a non -tangent curve to the right with a radius of 780.09 feet, a central angle of 01°53'05", and a chord bearing and distance of North 84°5T33" West, 25.66 feet; CONTINUED ON SHEET 2 TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley>»Horn 601 Che Street, Unti1, N 130Tel. No. (1117) 335.6511 Fad Worth Texas 76102 FIRM # 10104040 www.ktmtey-ham.com Stele Orawn b Checked by Dale NIA CRG MCFI 7/18/20222 ro ed No. 001018300 Shee N° 1CF5 GENSHEIMER, RILEY 71181202210;16 AM K:1FTW_SURVEYt061018360-WS8136-INCH WL1DWGIEASEMENTSW61016380-WSLII 36-INCH WL TAE 1.OWG EXHIBIT A LEGAL DESCRIPTION (CONTINUED) TEMPORARY ACCESS EASEMENT THENCE in a westerly direction, departing the said west line of the 3.094 acre tract, and with said non -tangent curve to the right, an arc distance of 25.66 feet to a point for corner; THENCE North 84°01'00" West, a distance of 971.87 feet to a point for corner; THENCE North 82°21'53" West, a distance of 675.16 feet to a point for corner; THENCE North 72°32'38" West, a distance of 178.06 feet to a point for corner; THENCE North 83°39'05" West, a distance of 757.23 feet to the POINT OF BEGINNING and containing 82,? square feet or 1.8897 acres 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael,billingsley@kimley-horn.com TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ie'o» H ern 801 Cherry Sheet. UnPt 11, # 13001' Fart Worth, Texas 76102 FIRM # 10194040 Scale I Dram by Checked by NIA CRO MCB Dale 7118/2022 Tel. No. (817) 335-6511 wwar,klmley-hom.com Prolecl No. Sheet No. 061018380 2OF5 GENSHEIMER, RILEY 7/18(202210:14 AM K:IFTW SURVEY1061016380-W511136-INCH WL1DWG1EASEME 51061018380-WSIII 36-INCH WL TAE 1.RWG EXHIBIT B BE _ •TXPO r" LI BDF 'TXDOT LEGEND P.O.C. P.O.B. 585°53'18"E 48a.42' 383 29'18"E • 182.a5' P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING BDF = BRASS DISK FOUND NOTES L3 WALSH RANCHES LIMITED PARTNERSHIP (VOL, 12624, PG. 92) 0 100 200 GRAPHIC SCALE IN FEET 1.8897 ACRES • L5 82,316 SQ. FT. FA Pi • 4i S83°39'05"E 660.13' ~_______ N83°391)523' INTERSTATE HIGHWAY SAY (A VARIABLE WIDTH RIGHT -DP -WAY) JONATHAN BURLESON SURVEY - ABST. NO. 78 GEORGE WILfONS SURVEY - A1BST. NO. 1872 1 1 1 uJ U3 UJ Z J H Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki:'iev>»Horn 801 Cherry Street, Unit 11, tf 1300 1 Tel. No. (817)) 335 6511 Fort Worth, Texas 76102 FIRM 810194040 www.klmleyhom.com Sca 1'=200' DrayWit Checked 6v Protect No. Shoot No. CRG MCB I DaLe 711612022 061016380 3 OF 5 GENSHEIMER, RILEY 7(18/2022 10:14 AM K:1FTW_SURVEY1061018380-WSIII 36-INCH WLIDWGVEASEMENTS1061018380-WSIII 36-INCH WL TAE 1.DWG EXHIBIT B 3NI1 1-1O1VIN ( 133Hs Bas LEGEND LINE TABLE NO. BEARING LENGTH Li 586°11'42"W 111.78' L2 N07°01'24"E 28.85' L3 N06°20'55"E 30.00' L4 N06°43'03"E 41.30' L5 S83°29`18"E 100.01' L6 S06°43'00"W 41.01' L7 S72°32'38"E 178.40' L8 S00°08'21"W 30.08' L9 N72°32'38"W 178.06' 0 100 200 mimi GRAPHIC SCALE IN FEET WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD C1 1 °43'34" 750.09' 22.60' S84°52'47"E 22.60' C2 1 °53'05" 780.09' 25.66' N84°57'33"W 25.66' 1.8897 ACRES 82,316 SQ. FT. 88221'63 ° 15 672. N82'S3�'W INTERSTATE HIGHWAY NO. O R 20 (A VARIABLE WIDTH RIGHT-OF-WAY) P.O.C. = POINT OF COMMENCING F.O.B. = POINT OF BEGINNING BDF = BRASS DISK FOUND JONATHAN BURLESON SURVEY - ABST. No. 78 GEORGE WILKINS SURVEY- ABST. NO. 1872 TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley») Horn 801 Cherry Steet. Unil 11, # 130Tel. No. (817) 335 6511 Forl Worth, Texas 76102 FIRM # 19194040 vmv.kimley-hom.com Scale Drawn by CRG Checked by, I Dale Project No. I Sheet No. i' = 200' MCD 711812022 061018380 4 OF 5 GENSHEMER, RILEY 711812022 10:14 AM K:IF1W_SURVEY1061018360•WSIII36-INCH WLIDWG4EASEMENTS4061018380-W511136.1NCH WL TAE 1.DWG EXHIBIT B 2NI1 HO.LWJ (17 133HS 33S WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 1.8897 ACRES 82,316 SQ. FT. S84°01'00"E 971.44' Ci II r�N84°01 "�������,����•��.. • JONA_THAN BURLESONSURVEY - ABST. NO.78 1 0 1 00 200 GRAPHIC SCALE IN FEET CALLED 134.048 ACRES DONEGAL HILLS, LP (INST. NO. D212320078) LEGEND GEORGE WILKINS SURVEY - ABST. NO. 1872 P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING BDF = BRASS DISK FOUND C2 CALLED 3.094 ACRES STEPHEN MURRIN, JR., ET AL (INST. NO. D201220731) INTERSTATE HIGHWAY NO. (A VARIABLE WIDTH RIGHT -Or -WAY) 20 TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley») Horn 801 Che Street, Unit 1 . #130Tel. No. (617) 335.6511 Fort Worth, Texas 76102 FIRM # 10194040 www.kimleyhom.com Seale Drawn by I Checked 1W 12elt I prolect No.. 1" = 200' CRG MCB 7/1612022 061018380 Sheet Na. 50F5 GENSHEIMER, RILEY 71161202210;14 AM K:1FTW SURVEY1061018380-WSIII 36-INCH WLLDWGIEASEMENTS4061018380•WSIII 36,INCH WL TAE 1.DWG EXHIBIT A LEGAL DESCRIPTION TEMPORARY ACCESS EASEMENT BEING a 25,024 square foot (0.5745 acre) tract of land situated in the George Wilks Survey, Abstract No. 1872, City of Fort Worth, Tarrant County, Texas; said tract being part of a called 3.094 acre tract of land described in Warranty Deed to Stephen Murrin, Jr., et al recorded in Instrument No, D201220731 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a brass disk stamped "TXDOT" found in the north right-of-way line of interstate Highway No. 20 (a variable width right-of-way); from said point, a brass disk stamped "TXDOT" found bears North 66°23'18" West, a distance of 136.01 feet; THENCE South 83°29'17" East, along the said north right-of-way line of Interstate Highway No. 20, a distance of 1570.00 feet to a point; THENCE South 85°47'17" East, continuing along the said north right-of-way line of Interstate Highway No. 20, a distance of 110.21 feet to a point; said point being the southwest corner of said 3.094 acre tract; THENCE North 00°08'21" East, departing the said north right-of-way line of Interstate Highway No. 20, and along the west line of said 3.094 acre tract, a distance of 29.96 feet to the POINT OF BEGINNING; THENCE North 00°08'21" East, continuing along the said west line of the called 3.094 acre tract, a distance of 30.07 feet to a point for corner; said point being the beginning of a non -tangent curve to the left with a radius of 750.00 feet, a central angle of 23°55'52", and a chord bearing and distance of North 82°15'12" East, 310.98 feet; THENCE in a easterly direction, departing the said west line of the 3.094 acre tract, and along said non -tangent curve to the left, an arc distance of 313.26 feet to a point for corner; THENCE North 70°42'14" East, a distance of 369.30 feet to a point for corner; THENCE North 78°17'57" East, a distance of 78.45 feet to a point for corner in the north Tine of said 3.094 acre tract; THENCE South 89°36'37" East, along the said north line of the 3.094 acre tract, a distance of 143.23 feet to a point for corner; THENCE South 78°17'57" West, departing the said north line of the 3.094 acre tract, a distance of 216.51 feet to a point for corner; THENCE South 70°42'14" West, a distance of 367.20 feet to a point for corner; said point being the beginning of a non -tangent curve to the right with a radius of 780.00 feet, a central angle of 23°45'57", and a chord bearing and distance of South 82°10'44" West, 321.22 feet; THENCE in a westerly direction, along said non -tangent curve to the right, an arc distance of 323.54 feet to the POINT OF BEGINNING and containing 25,024 square feet or 0.5745 acres 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com TEMPORARY ACCESS EASEMENT GEORGE WILKS SURVEY ABSTRACT NO. 1872 CITY OF FORT WORTH TARRANT COUNTY, TEXAS rn 861 Cherry %eel, Unit 11, # 1300 To/. No. (817) 335.851' Fart Worth, Texas 70102 FIRM # 10194040 www.klmley-hom.cara Scala N/A Drawn by CRG Checked hti I Cate I Protect No. 5heel No. MCB 611712022 001018380 1 OF 2 GENSHEIMER, RILEY 7(712022 0;24 AM IIKIMLEY-FtORN1T'X_FTWIFTW SURVEY1061018380•WSIII 36-INCH WLIDWGIEASEMENTS10610185B0-WSIII 26-INCH WL TAE 2.DWG EXHIBIT B SOF "TXDOT" 47 P.O.C. LEGEND co °2 a WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) L2 BOF *Door P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING BDF = BRASS DISK FOUND NOTES L5 L3 CALLED 134.048 ACRES DONEGAL HILLS, LP (INST. NO, D212320078) 0.5745 ACRES 25,024 SQ. FT. C.E:RI. & M. CO. SURVEY-ABST. NO.361 CALLED 3.094 ACRES STEPHEN MURRIN, JR., ET AL (INST. NO. D201220731) ‘Al C1 P.O.B. A=23°45'57" R=780.00' L=323.54' CB=S82°1044"W C=321.22' GEORGE WALKS SURVEY -MST. NO. 1872 ER��P�E20 �wP�� INS � �N ¢1��.0 el p,Ft1PBL 100 200 GRAPHIC SCALE IN FEET L6 L7 LINE TABLE NO. BEARING LENGTH L1 N66°23'18'W 136,01' L2 S83°2917"E 1570.00' L3 S85°47'17"E 110.21' L4 N00°08'21 "E 29.96' L5 N00°08'21"E 30.07' L6 N78°17'57"E 78.45' L7 S89°36'37"E 143.23' L8 S78°17'57"W 216.51' CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD C1 23°55'52" 750.00' 313,26' N82°15'12"E 310.98' Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael,billingsley©kimley-horn.com Q • GISTER�:• MICHAEL CLEO BILLINGSLEY o 6558 .,;' y0... t5 . Ao TEMPORARY ACCESS EASEMENT GEORGE WILKS SURVEY ABSTRACT NO. 1872 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev>» Horn 601 Cherry Steel. Unit 11.,-# 1300 ® Tel. No. (817) 33541511 Fort Worth, Texas 76102 FIRM It 10194040 wvm.klmloy-hom.com Scale 1' .200' Drawn by Checked by Date Pro ecl No. Sheet No, CRG MCB B11712022 .061018380 2 OF 2 GE ER, RILEY 7/712022 9:24 AM WIMLEY-HORNITX_FPMFTW_SURVEY1061018380•W511136-INCH WLIDWGIEASEMENTS1061018380 WSI1136-INCH WL TAE 2.DWG Electronically Recorded by Tarrant County Clerk in Official Public Records .�... v.,.,..w. v.." soil . ..arS 4•v.. y lrw MARY LOUISE NICHOLSON COUNTY CLERK CPN 102688 Westslde 111 Water Transmission Main Parcel # 16 TAE 7000 CORPORATION PKWY CEPI MFG CO SURVEY Abstract 381 Tract ID STATE OF TEXAS COUNTY OF TARRANT DATE: § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY ACCESS EASEMENT GRANTOR: DONEGAL HILLS, LP GRANTOR'S MAILING ADDRESS (including County): 1217 CLOVER LANE FORT WORTH, TARRANT COUNTY, TEXAS 76107 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 1-page metes and bounds description, and Exhibit "B", consisting of a 1-page plat depiction. GRANTOR, for the consideration of Ten Dollars ($10.00) and other good and valuable consideration, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the 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. 20220203 LJAA VV ruyG 6 WI It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of accessing the Westside III Water Transmission Main 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. Upon completion of the Facility and its acceptance by GRANTEE, all rights granted within the described Temporary Access Easement shall cease. 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 subject only to the rights herein granted, provided, however, that •GRANTOR covenants and agrees it will not use the Easement Property in a manner that interferes with the construction of or access to 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 (including subcontractors of any tier) to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not Tess than One Million Dollars ($1,000,000) per occurrence, and showing GRANTOR as an additional insured under such policy. Prior to commencement of construction of the Facility, GRANTEE shall require ail of GRANTEE'S contractors (including subcontractors of any tier) to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation Insurance policy. ii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iii) 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, but shall not have the right to plant trees or place hardscape (such as fountains, TEMPORARY ACCESS £ASEMENT-WALSH Rev. 20220203 vss.ruvwutJ raycN uI r walls, or retaining walls) on the surface of the Easement Property. 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. 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. 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)) TEMPORARY ACCESS EASEMRNT WALSH Rev, 20220203 VGZ.J YVJuowv rgy6 •f VI ! GRANTOR: DONEGAL HILLS, LP a Texas limited partnership By: Donegal Hills Management, LLC a Texas limited liability company, Its general partner Stephen Murrir Jib, Partner ACKNOWLEDGEMEPT 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 Stephen Muffin, JR, 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 Stephen Murrill, JR, and that he executed the same as the act of said entity for the purposes and consideration therein expressed and, in the capacity, therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 1112t N GU r rend w� f� �' : . O. 6pb.. ro R� • TEMPORARY ACCESS EASEMENT WALSH Rev. 20220203 LJL 6JVV1.41JVV QIUG l VI 1 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): Steve o ke(Jan 6,22022310.49CST) (Print Name) Steve Cooke (Title) Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): .4g/14 (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 ,/—C6d07 5. Pub' at TOO Tenant County Notary ID #f 2933313-® Commission , JUNE 1 ION and for the State of Texas TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220203 V 66J4.1VJVYY I-QUGv UP I �—m EXHIBIT A LEGAL DESCRIPTION TEMPORARY ACCESS EASEMENT BEING a 5,531 square foot (0.1270 acre) tract of land situated in the C.E,P.I. & M. CO. Survey, Abstract No. dal, City of Fort Worth, Tarrant County, Texas; said tract being part of a called 134,048 acre tract of land described in Special Warranty Deed to Donegal Hilts, LP recorded in Instrument No. D212320078 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a brass disk stamped "TXDOT" found in the north right-of-way line of Interstate Highway No. 20, a variable width right-of-way; from said point, a 3/4-inch iron rod found bears South 76°21'43" West, a distance of 159.77 feet; THENCE North 72°45'43" East, along the said north right-of-way line of Interstate Highway No. 20, a distance of 409.70 feet to a point; THENCE North 75°46'43" East, continuing along the said north right-of-way line of Interstate Highway No. 20, a distance of 175.71 feet to a point; THENCE North 14°13'17" West, departing the said north right-of-way line of Interstate Highway No. 20, a distance of 25.67 feet to the POINT OF BEGINNING in the south line of the said Donegal Hills, LP tract;; THENCE North 89°36'37" West, along the said south line of the 134.048 acre tract, a distance of 143.23 feet to a point for corner; THENCE North 78°17'57" East, departing the said south line of the 134.048 acre tract, a distance of 254.40 feetto a point for corner; THENCE South 11 °42'03" East, a distance of 30.00 feet to a point for corner; THENCE South 78°17'57" West, a distance of 114.35 feet to the POINT OF BEGINNING and containing 5,631 square feet or 0.1270 acres 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@klmiey-horn,com MICHAEL CLEO BILLINGSLEY 6558 • %-°FEsst 0 ��'p Nd•S.Uft\1 TEMPORARY ACCESS EASEMENT C.E.P.I. & M SURVEY, ABST. NO. 381 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle *Horn soiMerry Strout, Ott 11,#1300 Tel, No. min 3 5•6511 Fort Worth, Toxas 76102 FIRM # 10194440 wvrw.klmlay-ham.cam Scala Uraym bV N!A cRo Checked by. . MCD Da a I Pro ecl No. Sheel No. 6l1012022 001010300 1 OF a GENSHEIMER, RILEY 777l2022 927 AM V.KIMLEY-HDRN4T%FTWIFTW_SURVE"Yi061410390-WSIIt 38-INCH WLIDWGIEASEMENTs106101e3B0-WBIII 30-INCH WI-J AE 3,DWG UAL.L.wuvuuv 1-1:11MG 1 II r EXHIBIT B CALLED 134,048 ACRES DONEGAL HILLS, LP (INST. NO, 0212320078) 0.1270 ACRES-- 5,531 SQ. FT. 5 & M. CO. SURVEY -MST, NO.281 L GEORGE WiLKS SURVEY -MST, NO.11172 CALLED 3.094 ACRES STEPHEN MURRIN, JR., ET AL 314' (INST. No 0201220731) Q P��p 2 X O ��� 2 HDF "TDr IRF �l ¢tb.af'NPYI t 1 rrRS'C *191t'l 42 LEGEND P.O,C. = POINT OF COMMENCING = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND NOTES P.O.B. 0 10D 200 GRAPHIC SCALE IN FEET LINE TABLE NO. BEARING LENGTH L1 S76°21'43"W 159.77' L2 N75°46'43"E 175,71' L3 N14°1317"W 25.67' L4 N89"36'37' W 143.23' L6 N78°17'57"E 254.40' L8 S11°42'03"E 30.00' L7 S78°17'57"W 114.35' Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202), A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract, MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-336-6511 michaelbillingsley@kimiey-hom.com TEMPORARY ACCESS EASEMENT C.E.P.I. & M SURVEY, ABST. NO. 381 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki lev»Horn 60.1 Cherry &heel, Ural 1 , N 1300 Z 101. No. 0[e17) 23543511 Furl Worth, Texas 76102 FIRM 10104040 wwe+.hlmleyhom,wrr Scale 200' Drawn 6y CRO Checked hg I Dale MGR 001012022 Prolect No. 00i0ie0a0 Shael Nu. xoF2 �ENSHEIMER, RILEY 7,7120228;27AM11KIMLEY-HORN47X_FTMFTAI SURVEY{o8101a300-WOIII 36-INCH WL1DVJfl1EASEMEl+IT9.0010ie380-Ws14k30-INCHWL TAE3.OWG CPN 102688 Westside III Water Transmission Main Parcel # 17 & 18 TAE JONATHAN BURLESON SURVEY, Abstract No. 78 STATE OF TEXAS COUNTY OF TARRANT DATE: KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY ACCESS EASEMENT 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 GRANTEES 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 1-page metes and bounds description, and Exhibit "B", consisting of a 1-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 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. 20220203 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of accessing the Westside III Water Transmission Main 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. Upon completion of the Facility and its acceptance by GRANTEE, all rights granted within the described Temporary Access Easement shall cease. 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, Utter 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 subject only to the rights herein granted, provided, however, that GRANTOR covenants and agrees it will not use the Easement Property in a manner that interferes with the construction of or access to 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 ail 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 (including subcontractors of any tier) 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 One Million Dollars ($1,000,000) per occurrence, and showing GRANTOR as an additional insured under such policy. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors (including subcontractors of any tier) to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iii) 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, but shall not have the right to plant trees or place hardscape (such as fountains, TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220203 walls, or retaining walls) on the surface of the Easement Property. 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. 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, Titter, 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. 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)] TEMPORARY ACCESS 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 By: Ryan 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Notary Public in and for the State of Texas TEMPORARY ACCESS 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 AN❑ SEAL OF OFFICE this the date of Notary Public in and for the State of Texas TEMPORARY ACCESS EASEMENT-WALSH Rev.20220203 EXHIBIT A LEGAL DESCRIPTION BEING a 0.3646 acre (15,883 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, 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 concrete monument found in the north right-of-way line of Interstate Highway No. 30 (a variable width right-of-way); THENCE North 83°50'21" East, along said north right-of-way line of Interstate Highway No. 30, a distance of 38.06 feet to the POINT OF BEGINNING; THENCE North 0°15'46" East, departing said north right-of-way line of Interstate Highway No. 30, a distance of 50.32 feet to a point for corner; THENCE North 0°17'34" East, a distance of 268.77 feet to a point for corner; THENCE North 86°11'52" East, a distance of 49.98 feet to a point for corner in the west line of a called 45.87 acre tract of land (Tract 1), described in the Special Warranty Deed to Waste Management of Texas, Inc., recorded in Volume 12208, Page 2281 of said Deed Records; THENCE South 0°15'45" West, along said west line of Tract 1, a distance of 317.00 feet to a point for corner; said point being in said north right-of-way line Interstate Highway No. 30; from said point a brass disk stamped "TXDOT" found in the said north right-of-way line of Interstate Highway No. 30 bears North 84°40'01" East, a distance of 12.31 feet; THENCE South 83°50'21" West, a distance of 50.32 feet to the POINT OF BEGINNING and containing 15,883 square feet or 0.3646 acres 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. Lb/3 �2 Z MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley©kimley-horn.com P-E OF TF co.. O.,am MICHAEL CLEO BILLINGSLEY TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS rer. No. (817) 335-6511 www.kimley-hom.com Prolect No. Sheet No. 081048380 1 OF 2 GENSHEIMER. RILEY 10/312022 3:04 PM K:4FTW SURVEY061018380-WSIII 36-INCH WLIDW' EAS1=MENTS1061018380-WSIII 36-INCH WL TAE 4.I3WG •• 0 6558 's'..PE55��$�p� Kirnley>» �irn 801 Cherry StreetUnit i , #130 Fort Worth, Texas 76102 FIRM # 40194040 Scale Drawn by Checked by ate. N/A CRG MCB L1013/2022 EXHIBIT B 0 50 '100 GRAPHIC SCALE IN FEET 50' ATMOS ENERGY CORPORATION NATURAL GAS PIPELINE EASEMENT-- (INST. NO. D213174809) r- L LEGEND 50' ATMOS ENERGY _ CORPORATION NATURAL GAS PIPELINE EASEMENT (INST. NO. D213174809) 50' BARNETT GATHERING, LP PIPELINE EASEMENT (INST. NO. D212068611) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 0.3646 ACRES ) 15,883 SQ. FT. 30' SOUTHWESTERN GAS PIPELINE, INC. -NATURAL GAS PIPELINE EASEMENT (INST. NO. 0207432986) P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING CMF = CONCRETE MONUMENT FOUND BDF = BRASS DISK FOUND CALLED 45,87 ACRES (TRACT 1) WASTE MANAGEMENT OF TEXAS, INC. (VOL. 12208, PG. 2281) LINE TABLE NO. BEARING LENGTH L1 N83°50'21"E 38.06' L2 N00°15'46"E 50.32' L3 N86°11'52"E 49.98' L4 N84°40'01 "E 12.31' L5 S83°50'21'W 50.32' INTERSTATE HIGHWAY NO. 30 (A VARIABLE WIDTH RIGHT -or -WAY) NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS /3! 2— MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH 817 335 6511 MICHAEL CLEO BILLINGSLEY '•.4. 6558 No suR�y Kirnle »)Horn 601 Cherry Street, UM11, # 1300 Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM /1 10194040 wvm.klmloy-hom.com I Scala Drawn by michael.billingsley@kimley-horn.com Checked by I Date Pro ecl N MCB 101312022 061018380 SheeE a 20F2 1"=100' CRG GENSHEIMER. RILEY 10/3/2022 4:06 PM K:IFTW SURVEY1061018380-WSI1136-INCH WLIDWGIEASEMENT8\061016380 WSIII 38-INCH Wt. TAE 4.DWG CPN 102688 Westside III Water Transmission Main Parcel # 19 TCE JONATHAN BURLESON SURVEY, Abstract No. 78 TARRANT COUNTY, TX STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH TEMPORARY CONSTRUCTION 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 GRANTEES 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 1-page metes and bounds description, and Exhibit "B", consisting of a 1-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. 20220204 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of constructing the Westside ]11 Water Transmission Main 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 GRANTEES 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. 20220204 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 Toss 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. 20220204 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. 2022G204 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 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Notary Public in and for the State of Texas TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220204 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 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220204 /8 /3 /2 z MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com EXHIBIT A LEGAL DESCRIPTION BEING a 0.5658 acre (24,646 square foot) tract of land (Tract 1) and a 0.9723 acre_ (42,352 square foot) tract of land (Tract 2) situated in the Jonathan Burleson Survey, Abstract o. 78, 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 concrete monument found in the north right-of-way line of Interstate Highway No. 30 (a variable width right-of-way); from said point a concrete monument found in the said north right-of-way line of Interstate Highway No. 30 bears South 89°34'48" West, a distance of 700.00 feet; THENCE North 83°50'21" East, along said north right-of-way line of Interstate Highway No. 30, a distance of 43.69 feet to a point; THENCE North 06°06'26" West, departing said north right-of-way line of Interstate Highway No. 30, a distance of 50.03 feet to the POINT OF BEGINNING; THENCE South 83°52'27" West, a distance of 41,09 feet to a point for comer; THENCE South 89°34'27" West, a distance of 179.50 feet to a point for corner; THENCE North 0°17'01" East, a distance of 0.87 feet to a point for corner; THENCE North 45°17'01" East, a distance of 70.71 feet to a point for corner; THENCE North 0°17'01" East, a distance of 88.49 feet to a point for corner; THENCE South 89°42'59" East, a distance of 170.32 feet to a point for corner; THENCE South 0°17'01" West, a distance of 132,55 feet to the POINT OF BEGINNING and containing 24,646 square feet or 0.5658 acres of land, more or less. TRACT 2 COMMENCING at a concrete monument found in the north right-of-way line of Interstate Highway No. 30 (a variable width right-of-way); from said point a concrete monument found in the said north right-of-way line of Interstate Highway No. 30 bears South 89°34'48" West, a distance of 700.00 feet; THENCE South 89°34'48" West, along said north right-of-way line of Interstate Highway No. 30, a distance of 208.76 feet to a point; THENCE North 0°25'12" West, departing said north right-of-way line of Interstate Highway No. 30, a distance of 289.76 feet to the POINT OF BEGINNING; THENCE North 0°17'01" East, a distance of 233.10 feet to a point for corner; THENCE South 89°44'14" East, a distance of 200.02 feet to a point for corner; THENCE South 0°15'46" West, a distance of 200.57 feet to a point for corner; THENCE South 86°11'52" West, a distance of 148.64 feet to a point for corner; THENCE South 45°17'01" West, a distance of 31.14 feet to a point for corner; THENCE North 89°42'59" West, a distance of 29.82 feet to the POINT OF BEGINNING and containing 42,352 square feet or 0.9723 acres 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki1 le 001 Cherry Slreel, Unit 1 ,1{ 1300 i Fort Worth, Texas 76102 FIRM # 10104040 »)Horn Tol. No. (017) 335.8511 ymw.klmley-hom.onm Scale N/A Drawn by CRG Checked C8 by 10/3/2022 Cato I 061010300 f Stra F 20 GENSHEIMER. RILEY 10/3/2022 3:04 PM K.{FTW SURV0Y1061018380-W81I136-INCH WIADWGIEASEMENTS1061018360 WSIII 384NCH NIL TCE 4.OWG EXHIBIT B a 50 100 Y GRAPHIC SCALE IN FEET CV WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) P.O.B. L8 50' ATMOS ENERGY L CORPORATION NATURAL GAS PIPELINE EASEMENT— (INST. NO. D213174809) 50' ATMOS ENERGY CORPORATION NATURAL _ GAS PIPELINE EASEMENT (INST. NO. D213174809) LEGEND -k S89°44'14"E 200.02' S86°11'52"W 148.64' S89°42'59"E 170.32' TRACT 9 0.5658 ACRES 241646 SQ. FT. 889°34'27'W 179.50' L3 S89°34'48"W 208.76' 589°34'48"W 700.00' 30' SOUTHWESTERN GAS PIPELINE, INC. NATURAL GAS PIPELINE EASEMENT (INST. NO. D207432986) P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING CMF = CONCRETE MONUMENT FOUND NOTES CMF TRACT 1 WASTE MANAGEMENT' OF TEXAS, INC, (VOL. 12208, PG. 2281) LINE TABLE NO. BEARING LENGTH L1 N83°50'21 "E 43.69' L2 N06°06'26"W 50.03' L3 S83°52'27"W 41.09' L4 N00°17'01 "E 0.87' L5 N45°17'01 "E 70.71' i L6 N00°17'01 "E 88.49' L7 S45°17'01 "W 31.14' L8 N89°42'59"W 29.82' P.O.C. P.O.B. INTERSTATE HIGHWAY NO. 30 (A VARIABLE WIDTH RIGHT-OF-WAY) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael,billingsley@kimley-horn.com MICHAEL CLEO BILLINGSLEY 6558 <y 0FESS\, •o� .• S U R' E TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON SURVEY ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS KrnIey»Horn801 CherryStetUnll11, # 130Tel No. (817) 336-851, Fort Worth, Texe$ 78102 FIRM # 10104040 www.kimley-hom.wm Scale Drawn by Checked by Dale Protect No. Sheet Sheet No , 1"=100' CRG MCB 10/312022 061018380 20F2 GENSHEIMER. RILEY 1013/2022 3:04 PM K:IFTW SURVEY1061018380-WSIII 38-INCH WLIOWGIEASEMENTS1061010380 WS11136-INCH WL TCE 4,DWG CPN 102688 Westside 111 Water Transmission Main Parcel # 20 TCE WILLIAM ROBINSON SURVEY, Abstract No. 1274 TARRANT COUNTY, TX STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTORS 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 1-page metes and bounds description, and Exhibit "B", consisting of a 1-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. 20220204 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of constructing the Westside III Water Transmission Main 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 GRANTEES 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 GRANTEES 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. 20220204 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 GRANTEES 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. 20220204 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. 20220204 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 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Notary Public in and for the State of Texas TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220204 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 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220204 EXHIBIT A LEGAL DESCRIPTION BEING a 1.1138 acre (48,516 square foot) tract of land situated in the William Robinson Survey, Abstract No. 1274, 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 brass disk stamped "TXDOT" found in the north right-of-way line of Interstate Highway No. 20 (a variable width right-of-way); from said point a brass disk stamped "TXDOT" found bears South 86°11'42" West, a distance of 111.80 feet; THENCE South 85°53'18" East, along said north right-of-way line of Interstate Highway No. 20, a distance of 220.25 feet to a point; THENCE North 04°06'42" East, departing said north right-of-way line of Interstate Highway No. 20, a distance of 50.00 feet to the POINT OF BEGINNING; THENCE North 04°06'42" East, a distance of 200.02 feet to a point for corner; THENCE South 85°53'18" East, a distance of 320.03 feet to a point for corner; THENCE South 44°00'43" West, a distance of 192.90 feet to a point for corner; THENCE South 00°00'26" West, a distance of 52.17 feet to a point for corner; THENCE North 85°53'18" West, a distance of 200.02 feet to the POINT OF BEGINNING and containing 48,516 square feet or 1.1138 acres of land, more or Tess. 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, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. 'I 1ICHAL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael,billingsley@kimley-horn.com IA Ii�o. �cP * 14 ....1111 MICHAEL CLEO BILLINGSLEY .. 6558 Py;: e9• ; ZPESS`',.04 S URVC� TEMPORARY CONSTRUCTION EASEMENT WILLIAM ROBINSON SURVEY, ABSTRACT NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle*Horn v 801 Cherry Street. Unil 11. # 1300 Fort Worth, Texas 75102 FIRM # 10104040 Scale NIA D ar we by CRG Checked by MCB bete 7/12/2022 Tel, N°. (817l 335.6511 www.klmtey °m.c°m Pr° ect „to, Sheol No, 001010360 1 OF 2 GENSHEIMER, RILEY 71121202210:25 AM K:1FTW SURVEY1061018380-WSIII 36-INCH WLLDWG\EASEMENTS1061018360-WSIII 36•INCH WL TCE 3,DWG EXHIBIT B 0 50 100 GRAPHIC SCALE IN FEET BDF BDF °TxDOV °rxo0r 886°11'42"W 111.80' LEGEND WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) P.O.B. N4°06'42"E 505°53'18"E 220.25' P.O.C. P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING BDF = BRASS DISK FOUND NOTES 50.00' 885°53'18"E 320.03' N85°53'18"W 200.02' INTERSTATE HIGHWAY NO. 20 (A VARIABLE WIDTH RIGHT-OF-WAY) S0°00'28"W 52.17' Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. • 1--/Pi-bz- MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.com TEMPORARY CONSTRUCTION EASEMENT WILLIAM ROBINSON SURVEY, ABSTRACT NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ki Tiev» Horn 801 Cherry 8treel, Unit 11, it 1300 Tel. No. (817) 335.6511 Fon Worth, Texas 76102 FIRM it 10104040 www.klmleOlom.com V=100' 5cale Drawn CR�Isv I Checked MC8 by 7/12/2022 Dale l 0611ect No. 018330 Sheet 2OF2No, GENSHEIMER, RILEY 7112/202210:26AM K:IFTW SURVEY10B1010380-WSIII 36•INCH WLIDWGIEASEMENTSI061018380-WSIII 36.INCH WL_TCE3.DWG GC-4 02 Subsurface and Physical Conditions Geotechnical Report NWP 58 Memo CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised duly 1, 2011 WESTSIDE Ill — PHASE I — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 -1 T]EIIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDEDI—PHASE I--42-INCH WATER. TRANSMISSION MAIN City Project No. 02688 GEOTECHNICAL ENGINEERING SERVICES WESTSIDE III 42.INCH WATERLINE FORT WORTH, TEXAS Presented To: Kimley-Horn & Associates, Inc. December 2021 PROJECT NO. 103-21-389 0 c ENGINEERING, INC. 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengr.COm December 21, 2021 Report No. 103-21-389 Kimley-Horn & Associates, Inc. 801 Cherry St., Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Shelby Warchesik, P.E. GEOTECHNICAL ENGINEERING SERVICES WESTSIDE III 42-INCH WATERLINE FORT WORTH, TEXAS Dear Ms. Warchesik: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 20-7730 (Revised) dated July 7, 2020. The geotechnical services were authorized via Individual Project Order Number 061018380- 01 authorized by Mr. Scott Arnold, Vice President of Kimley-Horn and Associates, Inc. on June 9, 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 Kimley-Horn & 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 No. F-9177 e ,cI'I 11* /MAM1EW W. KAMMERDIENEH I• No ; 127818 Matthew W. Kammerdiener, P,��t'°F'Na •• Project Engineer � ����tL Texas No. 127818 a. Jams P, appington IV, P.E. Pre. ident Texas No. 97402 copies submitted: (2) Ms. Shelby Warchesik, P.E.; Kimley-Horn & Associates, Inc. (email & mail) Thane (817) 284-9400 Fax (817) 599-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS 3 4.0 UTILITY EXCAVATIONS 5 5.0 GENERAL EARTHWORK $ 6.0 CONSTRUCTION OBSERVATIONS 11 7.0 REPORT CLOSURE 11 Plan of Borings Unified Soil Classification System ---- A.2 Key to Classification and Symbols A.3 Logs of Borings A.4 — A.23 APPENDIX A Plate A.1 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of approximately 24,000 linear feet of 42-inch diameter water line in Fort Worth, Texas. The proposed water line will generally traverse southward from the Westside Plant to the Westside 111 ground storage tank. Bore crossings of Interstate 20 and Interstate 30 are planned. Plate A.1, Plan of Borings, depicts the project vicinity and locations of the exploration 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. 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 pipeline 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 7. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in 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. Report No. 103-21-389 CMJ ENGINEERING, INC. 1 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 twenty (20) vertical soil borings drilled to depths of 25 to 40 feet. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plate A.4 through A.23 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 -wailed 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 log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. 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, Report No. 103-21-389 CMJ ENGINEERING, INC. 2 a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the baring logs. 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. 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 stratigraphy encountered in the borings is 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 consist of dark brown, brown, light brown, tan, and gray silty clays and clays. Light brown sandy clays and clayey sands are present below 16 feet in Boring B-10. Gravel is present with the sandy clays and clayey sands below 19 feet. The surficial clays encountered in Borings B- 15 and B-20 are noted as fill to depths of 3 to 7 feet. The fills encountered in Boring B-15 contained wood mulch. The various clays often contain calcareous nodules, calcareous deposits, and limestone fragments and occasionally contain iron stains, ironstone nodules, and limestone seams and layers. Boring B-10 was terminated within the sandy clays and clayey sands at a depth of 25 feet. The various clayey soils encountered in the borings had tested Liquid Limits (LL) of 33 to 72 with Plasticity Indices (PI) of 13 to 49 and are classified as SC, CL, and CH by the USCS. The clayey soils varied from stiff to hard (soil basis) in consistency with pocket penetrometer readings of 2.0 to Report No. 103-21-389 CMJ ENGINEERING, INC. 3 over 4.5 tsf. Tested unit weight and unconfined compressive strength values range from 94 to 127 pcf and 940 to 27,810 psf, respectively. Select lower pocket penetrometer readings and strength test results reflect the presence of more granular materials or appreciable gravel. Tan limestone is next encountered in all borings with the exception of Borings B-10 and B-20 at depths of 6 inches to 12 feet below existing grade. The tan limestone often occurs weathered and/or fractured in upper reaches and often contains clay seams and layers. A tan clay layer is present within the tan limestone at 11 feet in Boring B-6. The tan limestone varies from soft to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of to 7% inches of penetration for 100 hammer blows. Gray limestone, gray shaly limestone, or gray shale is next encountered in all borings with the exception of Boring B-10 at depths of 7 to 20 feet below existing grade and continues through boring termination at depths of 25 to 40 feet. The gray limestones and shaly limestones are moderately hard to extremely hard (rock basis), with Texas Cone Penetrometer (THD) test values of 0 to 2 inches of penetration for 100 hammer blows. The gray shale is generally moderately hard to hard (rock basis), with THD test values of 13/ to 4 inches of penetration for 100 hammer blows. 3.2 Groundwater Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Groundwater seepage was encountered during drilling in Borings B-10 and B-20 at depths of 12 to 13 feet below existing grade. Water levels of 6 to 9 feet were observed in Borings B-10 and B-20 at drilling completion. No seepage was encountered during drilling or at completion in the remaining borings. 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. During wet periods of the year seepage can occur in joints in the clays, within the granular seams and layers, atop or within the tan limestones, or atop the gray limestones and shales. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. Report No. 103-24-389 CMJ ENGINEERING, INC. 4 4.0 UTILITY EXCAVATIONS 4.1 Expected Subsurface Conditions Conventional earth moving equipment is expected to be suitable for excavating the clayey soils and fills encountered in the borings. Heavy duty excavation equipment will be necessary within the tan and gray limestone, shaly limestone, and gray shale, and those zones of clay soils containing appreciable limestone fragments or seams, depending on rock hardness. The tan and gray limestones, shaly limestones, and shales can be very hard to extremely hard (rock basis) and will present difficulty with rippability using normal excavation equipment. Special techniques for ripping/rock removal can be expected through the limestone and shale. In addition, overexcavation should be anticipated within limestone or limestone containing weathered or clay seams. Overexcavation may result from large blocks or chunks breaking along either weathered limestone, shale, or clay seams beyond the planned excavation. Where more granular clayey sands and sandy clays are present, some caving may occur due to the low -plasticity nature of these materials and the presence of ground -water encountered in select borings. Notably clayey sands and clayey sands were observed in Boring B-10 below a depth of 16 feet. Some caving may occur due to the low plasticity nature of these materials and with the presence of groundwater encountered in Boring B-10. 4.2 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 limestones, it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays, granular soils, loose fill, or submerged 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 Report No. 103-21-389 CMJ ENGINEERING, INC. 5 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. 4.3 Directional Bore Comments The results of the exploration borings indicate that the majority of overburden soils similar to those encountered in the borings are not anticipated to exhibit unusual caving or sloughing problems during directional bore installation. Ground -water seepage was encountered below 6 to 9 feet in the area of Borings B-10 and B-20. These conditions will complicate directional boring operations. Pipe installment via jacking would be very difficult in tan and gray limestone and gray shale. Boring with hardened rock teeth will likely be required below 6-inch- to 13-foot depths in the majority of the alignment due to the presence of the limestone and shale. 4.4 Trench / Bore Pit Dewatering As discussed in Section 3.2, Ground -Water Observations, ground -water conditions can vary with seasonal fluctuations in rainfall. In the case that ground -water is encountered, controlling the ground- water is essential to construction of the proposed water line. Failure to control any encountered ground -water could result in excavation collapse, excavation bottom heave, an unstable 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. If water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.5 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural clay soils or limestones; however such conditions may exist in areas of existing fill. Control of ground -water as discussed above is the key to avoiding an unstable trench bottom. Unstable trench bottoms are unsuitable for support of the proposed water line. Soft clays or loose sands could also occur where Report No. 103 21-389 6 CMj ENGINEERING, INC. ground -water is present such as encountered in Boring B-10. In areas where unsuitable clay bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: Under -cut to a suitable bearing subgrade and replaces with a structural compacted fill. The over -excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over -excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9- inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. 4.6 Trench Backfill Pipe embedment should be a coarse -grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the 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. 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. 103-21-389 CMJ ENGINEERING, INC. 7 4.7 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. Where possible 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. 4.8 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. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material as previously discussed. 5.0 GENERAL EARTHWORK 5.1 Site Preparation & Field Testing 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 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. Report No. 103.21.389 CMJ ENGINEERING, INC. 8 The on -site soils are suitable for use in 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. 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 in maximum dimension. As the in -situ limestones 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. 5.2 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. General 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. Crushed stone should be compacted via three passes of a vibratory roller over a 6-inch lift. 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 narrower 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 observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 103-21-389 CMJ ENGINEERING, INC. 9 5.3 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 Toss of end bearing or lateral support. 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. 5.4 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the 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. 5.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon 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. 5.6 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 Report No. 103-21-389 CMJ ENGINEERING, INC. 10 permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 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 like 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 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. 7.0 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 Togs also contain our field representative's interpretations of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring Togs 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, the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on Report No. 103-21-389 CMJ ENGINEERING, INC. 11 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_ Regarding ground -water conditions, this report presents data on ground -water levels as they were observed during the field work. 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 Togs. 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 boring or test pits. Such unexpected 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 Toads 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 project that pertain to earthwork and foundations 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 Report No. 103-21-389 CMJ ENGINEERING, INC. 12 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 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 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. 103-21.389 CIVII ENGINEERING, INC. 13 Q� 0 PLAN OF BORINGS 6 z z I 0' 03 0 ti 0 1 Major Divisions Grp, Sym. Typical Names Laboratory Classification Criteria N a) 4) .0) 0 N d z c in [4 1- 0 C Q1 I6 • •L L 4) o E a) sF Cr) 19 20 m to w 03 U (-0Qz° 4- ro c .c (0 m 0 2 N a) -C m ) L_ en 0 c c GW Well -graded gravels, gravel - sand mixtures, little or no fines GP GM Poorly graded gravels, gravel sand mixtures, little or no fines Silty gravels, gravel -sand -silt mixtures GC SW Clayey gravels, gravel -sand - clay mixtures Well -graded sands, gravelly sands, little or no fines SP SM Poorly graded sands; gravelly sands, little or no fines Silty sands, sand -silt mixtures SC Clayey sands, sand -clay mixtures LS as 0 tn aC c m In 0 U N 0 '6 Ho N N c d Ez 0 m E - lF a) a (p m c U a .. m -� cn a a) a) o0 0 o 03 03 a) P 47 0' 0 0) c -0 E a) Lcy 4) a) u) m1va) ❑ ❑ U 2 Cu D6° greater than 4: Ce=❑3n) -- between 1 and 3 ❑t0 ❑1a X Do Not meeting all gradation requirements for GW Liquid and Plastic limits below "A" line or P.I. greater than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols ❑ (D30)2 C" n greater than 6: C-------- between 1 and 3 Dia dia X ❑sa c 0) a 0 LI) Not meeting all gradation requirements for SW Liquid and Plastic limits below "A" line or P.1. less than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity CL Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays OL Organic silts and organic silty clays of !ow plasticity MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silts Pt Peat and other highly organic soils 6 5 1 CH — o• OH and MH CL ML a 1d OL `4 ` �fYY% i 0 10 20 30 40 50 Liquid Limit Plasticity Chart 70 80 90 1C• 60 UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES ,/ r I GRAVEL / / LEAN CLAY 1 LIMESTONE • 0 ®* *SAND o SANDY SHALE SILT SILTY ' . SANDSTONE j . _ /4 HIGHLY PLASTIC CLAY CLAYEY 'CONGLOMERATE Shelby Tube Auger Split Spoon Rock Core Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsfj 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, siderito- 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 sail KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. 103-21-389 Boring No. B-1 Project Westside III 42-inch Waterline Fort Worth, TX I\ J ENGINEERING INC. - Location See Plate A.1 Completion Depth 40.0' Completion Date 941-21 Water Observations Dry during drilling; dry at completion E In Surface Elevation Type CME-55 w! CFA Stratum Description a v aE J J o coE co 0 pU N —5 03-21389.GPJ GMJ G z a 0 20- I! —25-z-� i 30— I CLAY, brown and light brown, w/ llmestone fragments and calcareous nodules, hard SILTY CLAY tan, wl calcareous nodules, limestone fragments, and fractured limestone seams and layers, hard LIMESTONE tan, fractured, wl clay seams and layers, moderately hard SILTY CLAY tan LIMESTONE, tan, fractured, wl clay seams, moderately hard LIMESTONE gray, hard to extremely hard SHALE, gray, w/ limestone layers LIMESTONE, gray, w/ shale seams and layers, very hard 4.5+ 20 4.5+ 50 20 30 9 4.5+ 6 99 2620 4.5+ 100/4" 16 00/2.25 100/2.5" 100/1.625 ' 00/0,125' 100/0" 100/0.5" /00/0.375" 0 LOG OF BORING NO. B 1 PLATE A.4 9.GPJ CMJ.G N U' z 0 LL O 0 Project No. 103-21-389 Boring No. B02 Project Westside III 42-inch Waterline Fort Worth, TX CM- ENGINEERING INC. — Location See Plate A.1 Completion Depth 40.0' Completion Date 10-5-21 Water Observations Dry during drilling; dry at completion — 20 0 CA m 0. E — 25--T — 30— — t 35--� — — Surface Elevation Type CME-55 wl CFA Stratum Description CLAY, dark brown, w/ calcareous nodules, hard w/ limestone fragments below 2' w/ calcareous deposits below 4' LIMESTONE, tan, w/ day seams, moderately hard to hard LIMESTONE gray, hard to very hard SHALE, gray, w/ shaly limestone and lime: seams and layers, hard 0 w rx A _ O' E _J J 4.5+ mE 0 N 'L7 0-S e F O 0 20 15 • § Er: 0. O• cn a`7 = E co t m o ui 0 .E g DJ =00_ 4.5+ 16 4.5+ 63 19 44 17 4,5+ 17 4.5+ 14 117 19290 4.5+ 14 00/1,375" 10012" 100/1.25' 00/0.75' 00/1.125 '00/1.375 ' 00/1.375' LOG OF BORING NO. B 2 PLATE A.5 Project No. 103-21-389 Boring No. B3 Project Westside I3142-inch Waterline Fort Worth, TX Mj ENGINEERING INC. Location See Plate A.1 Completion Depth 40.0' Completion Date 9-28-21 Water Observations Dry during drilling; dry at completion Surface Elevation Type CME-55 WI CFA Stratum Description W a g a c O o N� Flo ui E E my o 0 Ed fL(O •JJ R.J d c U 5 —10- - 15- - 20— 1 i 25-11 — —I 35 I I I op cg 0 0 0 a m c0 z LOG OF HO SILTY CLAY, tan, w/ calcareous nodules, calcareous deposits, and limestone fragments, hard LIMESTONE tan, hard to very hard LIMESTONE gray, hard to very hard w/ shaly limestone and shale seams and layers below 31' 4.5+ 33 20 13 5 00/1.25 100/1" 00/1,12 00/1,37' 0010.87 - 0011.37 - 00/1.75' 00/1.62' LOG OF BORING NO. B-3 PLATE A.6 Project No. 103-21-389 Boring No. B-4 �.i,/i Project Westside III 42-inch Waterline Fort Worth, TX ENGINEERING INC. — Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 40.0' Completion Date 9-28-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 w/ CFA w X o 0 2' 6 ' C a 4)� m a_ E--' Passing No 200 Sieve, % a o erE J _I Plastic Limit, % Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description —''/""`1 --\SILTY CLAY dark brown, w/ calcareous nodules _- ' j LIMESTONE, tan, fractured II - - 5 LIMESTONE, tan, w/ clay seams, hard to very hard 1 1 100/1.25' — — I — — — — —10— — —,1i 1 j l 1R 100/1" IIN l ` _ LIMESTONE, gray, hard to very hard 1 I r 15 — —2 —�l� — — — —25— I 0011,375' wry I I 0011.12F" I I I I � 10011" i J SHALY LIMESTONE gray, w/ shale and limestone seams and layers, hard to very hard - - — — — —30— — — - - - - —— h35--, - - — — —40— 1 I f 00/1.625" I I 1 I I 100/1" I A i I I 1 I I 1 i o011.5" 14 L LOG OF BORING NO. B-4 PLATE A.7 Project No. 103-21-389 Li. Oi a0 Boring No. B-5 Project Westside 111 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25 U. Completion Date 9-11-21 Symbol Samples Surface Elevation Type CME-55 wl CFA Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. LL L • n Stratum Description o iL p W d J n U o Q. J SILTY CLAY dark brown, w/ calcareous nodules, 4.5+ 17 — hard 4.5+ 48 21 27 12 - w/ fractured limestone seerns below 2' 4.5+ 8 LIMESTONE;, tan, moderately hard to hard — F 100/2.5" 5 I Li ] - w/ clay seams above 7' — I _ _ 100/1.75' —10— 1 I — — I — — — — 1 I 10011.75' —15— 1 — — l — LIMESTONE gray, wl shale seams, hard to very — — I hard 1 t0011.25' 20 — — — 00/0.875' 2 — — ] 7 i 7 7 C tl LOG OF BORING NO. B-5 PLATE A.8 Project No. 103-21-389 Boring No, Sd6 cmj ENGINEERING INC. -- Project Westside III 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0, Completion Date 9d9-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 w/ CFA RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, Plastic Limit, % Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description o w tr .� -X @-0 a5 SILTY CLAY dark brown, w/ calcareous nodules 2.0 16 — —\ and limestone fragments, hard 4.5+ 18 106 4580 — SILTY CLAY, brown and tan, w/ calcareous / nodules, calcareous deposits, and abundant _ limestone fragments, hard 5 - wl abundant fractured limestone seams and layers 22 = below 4' 4" —10 39 17 22 9 - LIMESTONE, tan, w/ clay seams and layers, — moderately hard to hard - 6" thick clay layer at 12' _ rl 100/2" —15— I � I LIMESTONE gray, wi shale seams and layers, — l very hard 00/0.625' —20— I I _ l - 6" thick shale layer at 21' — -. — � 1 — — l i 100/0.5" —25 — ^ LOG OF BORING NO. B-6 PLATE A.9 Project No. 103-21-389 Boring No. B 7 Project Westside III 42-inch Waterline �.ivlj -••...... . . Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.o. Completion Date 9-9-21 Depth, Ft. Symbo[ Samples Surface Elevation Type CME-55 wl CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, Plastic Limit, % 6 - u e -0 d c s 0 0 2U Unit Dry Wt. I Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft Stratum Description — — — —i CLAY, dark brown and brown, w/ calcareous 4.5+ 18 nodules and calcareous deposits, hard - w/ limestone fragments below 4' - 4" thick limestone layer at 9' 4.5+ 8 4.5+ 19 4.5+ 19 4.5+ 72 23 49 15 4.5+ 13 107 3590 100/2" LIMESTONE tan, w/ clay seams, hard 1 100/1.5" — — 15—� — — - —7- — ! I _ LIMESTONE gray, hard 1 - 6" thick shale layer at 22' 100/1.5" 1 —20 ! 1 _ — 5- D 9 V h 7 C ) 0 I I 100/1.25' I i 0 0 0 LOG OF BORING NO. B 7 t- LA I k R. '; 24-389.GPJ C 0 m Da It 0 Da a 1 Project Na. 103-21-389 Boring No. B-8 Project Westside ill 42-inch Waterline Fort Worth, TX Location See Plate A,1 Completion Depth 25.0' Completion Date 9-9-21 Water Observations Dry during drilling; dry at completion 0 — 10 — 15 0 E T 0) N ql 0 m 0) Surface Elevation Type CME-55 wt CFA —20- 7 — 25— T Stratum Description CLAY, dark brown, w/ calcareous nodules, very stif to hard LIMESTONE tan, fractured LIMESTONE tan, moderately hard to hard - 4" thick clay layer at B' LIMESTONE gray, hard - 3" thick shale seam at 21' LOG OF BORING NO. B 8 U w 0 U cr 0 co maF- a J CMJ ENGINEERING INC. - 0 x 0) �a c 3.5 4.5+ 70 26 44 19 100/1.5" 100/2" 100/1.75' 100/1.25' 100/1,5„ PLATE A.11 Project No. 103-21-389 Bering No. B9 Project Westside 111 42-inch Waterline Fort Worth, TX mi. ENGINEERING INC. - Location See PIate A.1 Completion Depth 25.0' Completion Date 9-9-21 Water Observations Dry during drilling; dry at completion 5 0 E T 0) f►1 a U7 Surface Elevation Type CM€-55 wl CFA —10- 1 T —15— LOG OF BORING 103-21388.GPJ CMIGDT 12/21121 T 25 I I 1 Stratum Description CLAY, dark brown and brown, w/ calcareous nodules and limestone fragments, hard WEATHERED LIMESTONE tan, w/ clay seams, moderately hard LIMESTONE tan, wl clay seams, hard LIMESTONE, gray, hard SHALE, gray, w/ limestone seams and layers, hard LIMESTONE, gray, wl shale seams, hard LOG OF BORING NO. B-9 0 0 4.5+ 0 c.E J J U ° coE a :.a h ° � C C 54 24 30 15 4,5+ 8 94 5120 100/5" 100/1.75' 100/1.5" 100/1.75' 10011.25' PLATE A.12 Project No. 103-21-389 Boring No. B-1 O L.lvl ENGINEERING INC. — Project Westside III 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Seepage at 12' during drilling; water at 6' at completion Completion Depth 25.0' Completion Date 9-30-21 Depth, Ft. Surface Elevation Type CME-55 wI CFA RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % NToisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. _ a co 2 Stratum Description a W C: E U o t0 E o tV v _ CLAY, dark brown, w/ calcareous nodules, hard 4.5+ 22 _ 4.5+ 17 _ - wl ironstone nodules below 2' 4.5+ 14 _ 4.5+ 14 — 5 4.5+ 14 _ 4.5+ 53 17 36 15 —1 - grades brown, very stiff below 9' 4.0 18 j _ -15 4.018 113 6600 CLAYEY SAND/SANDY CLAYlight brown, w/ — calcareous nodules, and calcareous deposits _ 20 wl gravel below 19' 18 — —25 0.75 34 13 21 12 122 940 LOG OF BORING NO. B 1 O PLATE A.13 eM ENGIKIEI3RINGINTC Project No. 103-21-389 Boring No. B-11 • Project Westside ill 42-Inch Waterline J Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 9-30-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 wl CFA a a di p •C LL o „ U? 0 0 N O P N 4 a' E xepui 1o1}sold % 'Moil ol}seld Moisture Content, cYD Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description a w —_or CLAY, dark brown, w/ calcareous nodules, hard ' ' 4.5+ 16 - w/ ironstone nodules below 2' 4.5+ 5a 22 36 15 4.5+ 13 WEATHERED LIMESTONE tan, w/ clay seams, — soft to moderately hard 100/6.5° LIMESTONE tan, hard 5 — I I _ — — 1i I 1 00/1.375" — —10—� — — I L 1I LIMESTONE gray, hard to very hard _ I I - w/ shaly limestone and shale seams and layers below 20' 0010.87w" —1 _ — — — — 24 — — — �1I — — — — —25— 7 - 7 n V 7 J i I I 1 1 0011.125" 1 1 l I 100/1.75' _ O 0 LOG OF BORING NO. B-11 PLATE A.14 1- 0 c� di ca ci 0 z 0 0 0 0 9 Project No. 103-21-389 Boring No, B-12 L,N1 j ENGINEERING INC. — Project Westside ill 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at comipletio, Completion Depth 250. Completion Date 9-30-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 w! CFA ROD % Blows/Ft. or Pen Reading, T.S.F. Plastic Limit, % Moisture Content, % Unit Dry Wt_ Lbs_/Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description o LIJ tY -Q UE JJ U mom o_ c 7 SILTY CLAY light brown, w/ calcareous nodules, 4.5+ 40 18 22 5 — — calcareous deposits, and limestone fragments, 4.5+ 3 Th hard — — WEATHERED L1MESTONEtan, soft to moderately hard 100/6" LIMESTONE tan, w/ clay seams, moderately hard — — to hard — — f I 100/2" —10—,71 1 -16' thick clay layer at 11' I I — -- —_—_ — SHALE, gray, w/ limestone seams and layers, —15— — moderately hard 100/4" —�, — LIMESTONE gray, hard to very hard — I 100/1'' —20 I — — I I — J I — — I I — — I —25— I 1 — -- 00/1.125' LOG OF BORING NO. Batt PLATE A,15 Project No. 103-21-389 Boring No. B.13 Project Westside III 42-inch Waterline Fort Worth, TX CMr ENGINEERING INC. - Location See Plate A.1 Completion Depth 25.0i Completion Date 10-5-21 Water Observations Dry during drilling; dry at completion Lk E Surface Elevation Type CME-55 wl CFA Stratum Description U w c, crl O a c d CO - 7.2 P' E J J E OJ TA ac N � 00 5 —10— I 1 T — I — — l — I —15— 1 I — I — I 20— 1 0 0 U LOG OF BORING 1 —25— SILTY CLAY brown, wl calcareous nodules, hard - w/ limestone fragments and ironstone nodules below 3' LIMESTONE tan, w/ clay seams, very hard LIMESTONE, gray, hard SHALY LIMESTONE gray, w/ shale seams and layers, moderately hard to hard LOG OF BORING NO. B-13 4,5+ 9 4.5+ 8 4.5+ 47 20 27 9 4.5+ 11 124 27810 4.5+ 11 ' 0010.875 100/1.25' 100/2" 00/1.62 PLATE A.16 - c� 0 U 0. a of m t'S N 0 Z u 0 0 0 Project No. 103-21-389 Boring No. B-14 L1V1 ENGINEERING INC. — Project Westsicle III 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 10-5-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 wl CFA RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Plastic Limit, % Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft 11 Stratum Description C W ix , e J J T x ND a. SILTY CLAY dark brown, wl calcareous nodules 4.5+ 13 — and limestone fragments, hard - i i7 1 WEATHERED LIMESTONE tan, wl clay seams and layers, moderately hard to hard — —5 I 10012.75' — — —_ — — I — — 1 100/1.75' 10 LIMESTONE, tan, hard to very hard — — I — —I I _ 100/1.25' —15— — —I — — l --LA 10010.875' —20 LIMESTONE, gray, hard — — — I — — ' 100/1,25' —25— i _ _ — _1_ LOG OF BORING NO. B-14 PLATE A.17 Project Na. Boring No. 103-21-389 B 15 Project Westside 11142-inch Waterline Fort Worth, TX Cm' ENGINEERING INC. Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 9-29-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 wl CFA 0 IY c i W Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, % Plastic Limit, % .0 N0e a. e N C 0o z0 7LL a`7 'cQ +.: cu.. o•2 & 4= a in" o Co DUD_ Stratum Description — _ =5 — 7 � SILTY CLAY dark brown and brown, w/ limestone 4.5+ 17 fragments, calcareous nodules, calcareous deposits, and wood mulch, hard (FILL) - stiff below 2' 4.5+ 42 17 25 12 2,0 20 100 2550 2.5 20 18 LIMESTONE; tan, wl day seams, moderately hard _ to hard 100/2.25' — —10— i 1- — —15-- �I — — — i 00/1.75— I I I 10011.5" LIMESTONE gray, hard to very hard _ ZO — — I I — ----- I I 100/1" --25— D ys .1 11 O LOG OF BORING NO. B-15 PLATE A.18 Project No. 103-21-389 Boring No. B-16 L .NI ENGINEERING INC. - Project Westside III 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completio Completion Depth 25.0, Completion Date 9-29-21 Depth, Ft. Symbol / Samples Surface Elevation Type CME-55 wl CFA Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description o CC e CC c JJ Un 0.:-! .- CL C j co 20 X SILTY CLAY dark brown, w/ calcareous nodules, 4,5+ 7 - - calcareous deposits, and limestone fragments, hard 4.5+ 7 102 6660 - - grades light brown below 2' 4.5+ 7 4.5+ 37 17 20 9 WEATHERED LIMESTONE tan, wl clay seams, 100/7" 5 soft to moderately hard 1 1D 100/4.75' 10 1 LIMESTONE, tan - LIMESTONE gray, hard 100/1.375' 15- I - I I 100I1,25' -20 I - - I - - f _ - _ -25- I - --- - -- 100/1.125 I LOG OF BORING NO. B 16 PLATE A.19 Project No. Boring No. 103-21-389 B 17 Project Westside III 42-inch Waterline Fort Worth. TX IVIJ ENGINEERING INC. Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0• Completion Date 9-29-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 wl CFA 0 a Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, % Plastic Limit, % Plasticity Index Moisture Content, % Unit DryWt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft Stratum Description o U — — — CLAY, dark brown, w/ calcareous nodules and 4.5+ 13 limestone fragments, hard - grades light brown, w/ calcareous deposits and ironstone nodules below 2' r 4.5+ 52 20 32 12 4.5+ 7 I WEATHERED LIMESTON> tan, soft to moderately 100/7,25' I hard & — I LIMESTONE tan, moderately hard to hard _ I 100/2" —10— I 100/1.25' LIMESTONE, gray, hard to very hard —15— I _ _ — — —20— — — —25 5 I 10011.25' I I 1 00/0.875 I I O 8E LOG OF BORING NO. B-17 PLATE A.20 0 m co M 0 m LL 0 CD 0 Project No. 103-21-389 Boring No. B '18 LIVj ENGINEERING INC. — Project Westside III 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0` Completion Date 9-29-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-55 w! CFA RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Plastic Limit, % Moisture Content, % Unconfined Compression Pounds/Sq. Ft. Stratum Description ° o ill -o 3-' 0-E * wm as-0 ❑ U u� 'zz,zi SILTY CLAY brown, w/ calcareous nodules and 4.5+ 4 — — limestone fragments, hard / r — I 7 LIMESTONE tan, moderately hard to hard _ J I —5—__ i if 10012" — I LIMESTONE gray, hard to very hard — I I 100/1,375' —10— I _ I — — i I l — —i I I 100/1.5" —15— I — — I I — I I — — I ' —20— I 00/0.875' l I - w/ shaly limestone seams bs , . —I _ I I 10011.25' —25— L _--_-- _`--- LOG OF BORING NO. B 18 PLATE A.21 Project No. 103-21-389 Boring No. B 19 Project Westside ill 42-inch Waterline ..._.. vxj ....Vu,..,....._..Y Fort Worth, TX Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 9-28-21 Symbol Samples Surface Elevation Type CME-55 wl CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, % Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. _E Q Stratum Description 0a :N ; E 5::: .? :p X roa 0. — — ' CLAY, dark brown, w/ calcareous nodules, 4.5+ 72 25 47 19 calcareous deposits, Ironstone nodules, and 4.5+ 18 96 14080 limestone fragments, hard 4.5+ 16 WEATHERED LIMESTONEtan, w/ clay seams, _ I moderately hard 100/5,5" 5 I _ 1 1 LIMESTONE, tan, hard i _ l I i00/1.75' 110_-H-' — I '00/1.375' 1b�� , — — 1 I — � I LIMESTONE:, gray, hard to very hay _ 100/1.25' —20— Ix - w/ shale seams below 21' — I — I 100/1.75' _ I —21 7 i L a n 0 7 0 J. 0 0 LOG OF BORING NO. B 19 PLAT & 22 Project No. 103-21-389 Boring No. B 20 LJV1 j I NGIN E10 Project Westside 111 42-inch Waterline Fort Worth, TX Location See Plate A.1 Water Observations Seepage at 13' during drilling; water at 9' at completion Completion Depth 25.0' Completion Date 10-28-21 Depth, Ft Surface Elevation Type B-47w/CFA RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Plastic Limit, % Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. _ o JD 0 a, Q Stratum Description al Q' .. a_ .21-tr JJ SO nt3 0- t CLAY, gray and dark brown, w/ calcareous nodules, 4.5+ 10 _ Acalcareous deposits, and limestone fragments, hard (FILL) 7 Z, 4.5+ 16 CLAY, dark brown, w/ calcareous nodules and 4.5+ 21 — -- 5 calcareous deposits, hard 4.5+ 64 17 47 22 - A 4.5+ 17 7 CLAY, brown, w/ iron stains, ironstone nodules, — --1 1 calcareous nodules, and limestone fragments, very stiff 3.5 20 4 — .,, CLAY, light brown, wl iron stains, ironstone —/ — — nodules, calcareous nodules, and limestone fragments, hard —1 / 4.5+ 13 127 1430 LIMESTONE, gray, hard to very hard —— I — 100/1" —20— I I — I — — I I — — I I 100l1" —25— 1 --- LOG OF BORING NO. B 20 PLATE A.23 Aquatic Resources Delineation Report and Nationwide Permit 58 Memo to File Westside III Transmission Main Approximately 34 Acres Fort Worth, Tarrant County, Texas September 30, 2021 Project Owner: City of Fort Worth Water District FORT WORTH - WATER Prepared By: Kimley>>>Horn Dallas, Texas Ki1ey»Horn TABLE OF CONTENTS 1.0 — INTRODUCTION 1 2.0 — SUMMARY OF WATERS OF THE U.S. REGULATIONS 1 3.0—METHODS 2 3.1—Approach 2 3,2 — Mapping and Background Information 3 3.3 —Site Visit 3 4.0 — RESULTS 4 4.1—Study Area Description 4 4.2 — Vegetation 4 4.3 — Soils 4 4.4 — Hydrology 5 4.5 — Delineated Aquatic Features 5 5.0 —JURISDICTIONAL ANALYSIS 7 6,0 — I M PACTS 8 7.0 —404 PERMIT OPTIONS 8 7.1— Nationwide Permit 58 — Utility Line Activities for Water and Other Substances 8 8.0 — RECOMMENDATIONS 10 APPENDICES APPENDIX A: STUDY AREA MAPS APPENDIX B: PHOTO LOCATION MAP AND SITE VISIT PHOTOGRAPHS APPENDIX C: JURISDICTIONAL ANALYSIS MAPS APPENDIX D: IMPACTS MAPS APPENDIX E: NATIONWIDE PERMIT 58 AND GENERAL CONDITIONS APPENDIX F: NATIONWIDE PERMIT REGIONAL CONDITIONS APPENDIX G: STATE WATER QUATILY CERTIFICATIONS UNDER SECTION 401 APPENDIX H: HISTORIC ATLAS MAP Kim ey»>Horn Aquatic Resources Delineation Report and Nationwide Permit 58 Memo to the File Westside III Transmission Main Fort Worth, Tarrant County, Texas Page 1 1.0 - Introduction Kimley-Horn and Associates Inc. (Kimley-Horn) has prepared the following aquatic resources delineation report and preliminary analysis of U.S. Army Corps of Engineers (USACE or Corps) permitting requirements for the Eastridge Off -Site Utility Line project (site or study area). The Westside 111 Transmission Main project is a proposed utility line project on an approximately 34-acre alignment. The alignment generally extends south from the Westside Water Treatment Plant on Old Weatherford Road, through ranchland, and terminates near the industrial park at the southwest corner of 1-20 and Markum Ranch Road in Fort Worth, Tarrant County, Texas (Appendix A, Figure 1). The purpose of the aquatic resources delineation is to identify, delineate, and describe wetlands, special aquatic sites, and other waters within the study area. This report will initiate Kimley-Horn's analysis of potential jurisdiction of aquatic resources that may require USACE authorization to impact and potential permitting options. It is Kimley-Horn's opinion that an existing 2021 Nationwide Permit (NWP) authorizes the utility line project. It should be noted that existing permits issued under the NWP program expire on March 14, 2026. Furthermore, activities that have commenced, or are under contract to commence, in reliance on a NWP will remain authorized provided the activity is completed within 12 months of the date of the Nationwide Permit's expiration, modification, or revocation, unless discretionary authority has been exercised on a case -by -case basis to modify, suspend, or revoke the authorization in accordance with 33 CFR 330.4 (e) and 33 CFR 330.5(c) or (d). Continued confirmation that an activity complies with the specifications and conditions, and any changes to the NWP, is the permittee's responsibility. Our observations were made under the known policy and regulations applicable to the Fort Worth District Corps at the time of the writing of this report. This report should be used only for preliminary planning purposes. 2,0 - Summary of Waters of the U.S. Regulations Section 404 of the Clean Water Act establishes a program to regulate the discharge of dredged or fill material into waters of the U.S., including jurisdictional wetlands. Under Section 404 of the Clean Water Act, the discharge of dredged and fill material into waters of the U.S. is regulated, and in many circumstances, authorization from the USACE is required prior to commencing construction activities. Section 10 of the Rivers and Harbors Act requires that regulated activities conducted below the ordinary high water mark elevation of navigable waters of the U.S. or mean high water mark for tidal waters be approved/permitted by the USACE. Regulated activities include the placement/removal of structures, work involving dredging, disposal of dredged material, filling, excavation, or any other disturbance of soils/sediments or modification of a navigable waterway. Navigable waters of the U.S. are those waters that are subject to the ebb and flow of the tide shoreward to the mean high water mark and/or are presently used, or have been used in the past or may be susceptible to use to transport interstate or foreign commerce. On June 5, 2007 (updated December 2008), the U.S. Environmental Protection Agency (EPA) and the USACE jointly issued guidance interpreting the Supreme Court's June 2006 split decision in the consolidated cases of Rapanos v. U.S. and Carabell v. U.S. (known as the Rapanos decision). Following 1_3g55MEI Road. Two Cailerie Oflir.e Tower, urte 700, Dallas, TX 7524 972 770 1330 KMey»>Horn Page 2 the Rapanos Decision, the Corps issued a Regional Guidance Letter (RGL-08-02) on June 26, 2008 documenting the procedures for Preliminary and Approved Jurisdictional Determinations. This guidance was clarified and superseded in October 2016 by RGL 16-01. An Approved Jurisdictional Determination (AJD) is a document that precisely identifies the limits of waters of the U.S. on a study area. A Preliminary Jurisdictional Determination (PJD) is an unofficial document that indicates that there are waters of the U.S. present. Approved JDs can be appealed while PJDs cannot. Regional Guidance Letter-16-01 indicates that the recipient of a PJD can request and obtain an AJD if that later becomes necessary. A No Permit Required letter is a Corps issued document that indicates that a specific project will not involve activities subject to the requirements of Section 404 or Section 10; therefore, that project would not require a Department of Army permit. Under the Rapanos Guidance, there is a test for jurisdiction which is commonly referred to as a significant nexus evaluation. A significant nexus is established if the aquatic feature provides more than an insubstantial or speculative effect on the chemical, physical, and/or biological integrity of a traditional navigable water (TNW). As an example, a significant nexus could be established between a stream and TNW, if the stream could deliver pollutants to the TNW. On August 30, 2021 the U.S. District Court for the District of Arizona issued an order vacating and remanding the Navigable Waters Protection Rule (NWPR) that was effective as of June 22, 2020 in the case of Pascua Yaqui Tribe v. U.S. Environmental Protection Agency. This order applies nationwide. USACE Headquarters and the EPA announced on September 2, 2021 that the pre-2015 regulatory definition of waters of the U.S. should be utilized. As of the date of this report, the Rapanos guidance and pre-2015 regulatory definition of waters of the U.S. was in effect; therefore, opinions and conclusions discussed in this report are based on the pre-2015 regulatory definition of waters of the U.S. and the Rapanos guidance. This is important to consider as the regulatory environment can change quickly and frequently. 3.0 Mlethut: ;i 3.1 — Approach A detailed delineation was conducted and observations for wetlands, special aquatic sites, and other waters within the study area, as defined at 33 CFR Part 328.3, were made. Guidance from the "Corps of Engineers Wetlands Delineation Manual USAGE Waterways Experiment Station Wetlands Research Program Technical Report Y-87-1", dated January 1987 for routine wetland determinations for areas greater than five -acres (as modified by the Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Region Version 2, March 2010) was used to evaluate if wetlands were present within the study area. Potential wetlands are typically evaluated based on the observations of the following characteristics: • Presence of hydrology • Presence of hydric soils • Prevalence of hydrophytic vegetation In other words, there must be saturated soil conditions during the growing season, the presence of soils that form under saturated conditions, and vegetation that has adapted to grow under saturated soil conditions. Potential jurisdictional streams are typically evaluated based on the observations of the following characteristics: • Flow kin I V �7c rn,[om 13455 Noel fa rt, Two Gailerra Office Thwer, ,suite 700, Dallas, T> 75240, 972 770 1500 ey* Horn Page 3 o Perennial: contains water at all times of the year except during extreme drought o Intermittent: contains water occasionally or seasonally o Ephemeral: contains water only during and immediately after periods of rainfall or snowmelt • Ordinary High Water Mark (OHWM): The limit line on the shore established by the fluctuation of the water surface shown by: o A clear line impressed on the bank o Shelving o Changes in soil character o Destruction of terrestrial vegetation o Presence of litter and debris • Bank Shape o Undercut: banks that overhang the stream channel o Steep: bank slope of approximately greater than 30 degrees o Gradual: bank slope of approximately 30 degrees or less e Aquatic Habitat o Pool: deeper portion of a stream where water flows slower than in neighboring, shallower portions, smooth surface, and finer substrate o Riffle: shallow area in a stream where water flows swiftly over gravel and rock or other coarse substrate resulting in a rough flow and a turbulent surface The Corps generally asserts jurisdiction to the normal pool elevation for lakes and ponds if those features are considered jurisdictional. 3.2 — Mapping and Background Information Prior to performing the site visit, selected maps and background information were obtained and reviewed to assist with identifying potential aquatic features on the study area. The selected resources are described below. Figures 1 through 9 in Appendix A include several sources of background data which were collected for mapping purposes. Figure 1 is a vicinity map showing the general location of the study area. Figure 2 is a United States Geological Survey (USGS) topographic map which depicts potential aquatic features and the general lay of the land. Observed aquatic features are depicted on Figures 3-3.4 with aerial photography from 2021. Aerial photography from 2021 is also included for reference as Figure 4. A color infrared aerial photograph from 2015 is shown on Figure 5 which is useful for observing changes in aquatic features and vegetation types. A color infrared aerial photograph from 1996 is shown on Figure 6. The year 1996 was generally considered a wet year and the imagery from this year is useful for observing aquatic features that may not show up on images collected during dry years. The Federal Emergency Management Agency (FEMA) National Flood Hazard Layer (NFHL) was used to generate a flood hazard map for the study area (Appendix A, Figure 7). The FEMA NFHL can be useful in identifying what areas may have the potential presence of aquatic features. The U.S. Fish and Wildlife Service (USFWS) National Wetlands Inventory (NWI) mapper was used to generate a NWI map for the study area (Appendix A, Figure 8). The NWI reaps can be useful in identifying the potential presence of aquatic features; however, they are not always accurate because they are created at coarse scale and have not been field verified. A soils map was generated using the United States Department of Agriculture (USDA) Web Soil Survey (Appendix A, Figure 9). Soil maps can be useful in identifying soils typically associated with wetlands. 3.3 — Site Visit kirrtley-norn.com 1 455 Noel Rai. Two. Galieria Office Tower, Suite 7Ct0, Dallas, TX7524n 972 770 13011 (inn vi» Horn Page 4 Following the background information review, the routine method of wetland determination was used to identify aquatic features within the study area. Kimley-Horn conducted site visits to the study area on June 10, 2021, June 17, 2021, and September 8, 2021. Ground level photographs were taken during the site visits. The general location and direction of photographs are depicted on Appendix B, Figure 1 and the numbering system on the figures corresponds to the site visit photograph numbers, included in Appendix B. Kimley-Horn's jurisdictional analysis maps are included in Appendix C. 4.0 — Results 4.1 — Study Area Description The proposed Westside 111 Transmission Main project is located on an approximately 34-acre alignment in Fort Worth, Tarrant County, Texas. The alignment generally extends south from the Westside Water Treatment Plant an Old Weatherford Road, through ranchland, and terminates near the industrial park at the southwest corner of 1-20 and Markum Ranch Road. The study area appears to be located in the Lower Clear Fork Trinity River watershed (USGS Hydrologic Unit Code (HUC) 1203010203). The approximate center coordinates of the study area are Latitude: 32.732 and Longitude: -97.538(1983 North American Datum (NAD) Coordinates). Based on historic aerial imagery and current observations, the majority of the site has been undeveloped or utilized for agricultural purposes (cattle ranching). Several paved roads intersect the alignment, including 1-20 and 1-30. 4.2 — Vegetation The vegetated portion of the study area can best be characterized into four distinct vegetation types: 1) upland forest, 2) riparian forest, 3) upland field, and 4) emergent wetland. These vegetation types are defined by current and historic land use practices. • Vegetation Type 1: upland forest, makes up approximately 20% of the vegetated portion of the study area and is dominated by cedar elm (Ulmus crassifolia), eastern redcedar (Juniperus virginiana), Chinese privet (Ligustrum sinense) hackberry (Celtis laevigata), common greenbrier (Smilax rotundifolla), and poison ivy (Toxicodendron radicans). ▪ Vegetation Type 2: riparian forest, makes up approximately 10% of the vegetated portion of the study area and is dominated by green ash (Fraxinus pennsylvanica), cedar elm (Ulmus crassifolla), and hackberry (Celtis laevigata). e Vegetation Type 3: upland field, makes up approximately 70% of the vegetated portion of the study area and is dominated by upland grasses, Texas thistle (Cirsium texanum), milkweed (Asclepias sp.), and scattered hackberry (Celtis laevigata). • Vegetation Type 4, emergent wetland, makes up less than 1 % of the vegetated portion of the study area and is dominated by Chinese tallow (Triadica sebifera), black willow (Salix nigra), needle spikerush (Eleocharis acicularis), bushy bluestem (Andopogon giomeratus), and floating primrose willow (Ludwigia sp.). 4.3 — Soils According to the USDA Texas Soil Survey for Tarrant County, mapped soil types within the study area are: Aledo gravelly clay loam, 1 to 8 percent slopes; Bolar-Aledo complex, 3 to 20 percent slopes; Baler clay loam, 1 to 3 percent slopes; Baler clay loam, 3 to 5 percent slopes; Frio silty clay, 0 to 1 percent slopes, occasionally flooded; Maloterre, Aledo, and Brackett soils, 3 to 20 percent slopes (Appendix A, Figure 9). One of these mapped soil types was located on the Tarrant County hydric soils list, Frio silty clay, 0 to 1 percent slopes, occasionally flooded, suggesting wetlands could possibly be expected. Wetlands were observed during the site visits. ,kRrntey-,ho.rn_cam 1^i455, rNoA Raid, Iwo G liana Office Thwer, Suite 700, Dallas, TX 75240 972 17(1 130.0 KimIey»>Horn Page 5 4.4 — Hydrology According to the USGS Topographic map (Appendix A, Figure 2), five "blue -line" features are located within the study area. During the site visit, the "blue -line" features were observed as intermittent or perennial streams running through the study area. The FEMA flood hazard map designates the majority of the water line alignment as FEMA Flood Zone X: Area of Minimal Flood Hazard. Sections throughout the alignment surrounding tributaries are designated as FEMA Flood Zone A: 100-Year Floodplain and FEMA Flood Zone A: Floodway. (Appendix A, Figure 7). The USFWS NWI map identifies six riverine features and one freshwater forested/shrub wetland feature located within the study area (Appendix A, Figure 8). Five of the riverine features were generally identified as ephemeral, intermittent, and perennial streams (S2, S4, S5, 87, and S9, Appendix A, Figure 3). One of the riverine features was generally identified as an emergent wetland (W1, Appendix A, Figure 3). The freshwater forested/shrub wetland feature was generally identified as intermittent stream (S3a and S3b, Appendix A, Figure 3). 4.5 — Delineated Aquatic Features Referencing both the aquatic features maps (Appendix A, Figures 3.0-3.4), as well as the photo location map (Appendix B, Figure 1), will supplement the following discussion. Based on the site visit, one ephemeral stream, seven intermittent streams, one perennial stream, two emergent wetlands, one open water feature, and five swales were observed. During the site visit, one ephemeral stream (S1, Appendix A, Figures 3.0-3.4) was observed in within the study area. The ephemeral stream totaled approximately 51 linear feet and exhibited a three -foot - wide OHWM. Stream one (S1) was located on a USGS topographic "blue -line" feature and a NWI mapped riverine feature. During the site visit, seven intermittent streams (S3-S9, Appendix A, Figures 3.0-3.4) were observed within the study area. The intermittent streams totaled approximately 613 linear feet and exhibited OHWM's ranging from 2.5 to ten feet wide. Stream three (S3a and S3b, Appendix A, Figures 3.0-3.4) was located on the mapped NWI freshwater forested/shrub wetland feature and a USGS topographic "blue -line" feature. Stream four (S4, Appendix A, Figures 3.0-3.4) was located on a NWI mapped riverine feature and a USGS topographic "blue -line" feature. Stream five (S5, Appendix A, Figure 3) was located on a NWI mapped riverine feature and the Mary's Creek USGS topographic "blue -line" feature. Stream six (S6, Appendix A, Figure 3) was observed to travel south to north and was not located on other mapped features. Stream seven (S7, Appendix A, Figures 3.0-3.4) was located on a NWI riverine feature. Stream eight (S8, Appendix A, Figures 3.0-3.4) was located on a NWI riverine feature. Stream nine (S9, Appendix A, Figures 3.0-3.4) was located on a USGS topographic "blue -line" feature and a NWI mapped riverine feature. During the site visit, one perennial stream (S2, Appendix A, Figures 3.0-3.4) was observed within the study area. The perennial stream totaled approximately 65 linear feet and exhibited a 60-foot-wide OHWM. Stream two (S2) was located on the Mary's Creek USGS topographic map feature and a NWI mapped riverine feature. During the site visit, two emergent wetlands (W1-W2, Appendix A, Figures 3.0-3.4) were observed within the study area. Wetland one (W1) was located on a USGS topographic "blue -line" feature and a NWI mapped riverine feature. Wetland two (W2) appeared to connect to stream eight (S8) off site. kiuiley h �r�.can5 13455 Ncel Road. Two Gal ria Office Tower. Suite 700, Dallas, TA 75240 972 770 1 300 Krmley»>Horn Page 6 During the site visit, one open water (OW1, Appendix A, Figures 3.0-3.4) was observed within the study area. Open water one (OW1) was not featured on the NWI or USGS topographic maps. Open water one was not observed connecting to other aquatic features on site. During the site visit, five swales (SW1-SW5, Appendix A, Figures 3.0-3.4) were observed within the study area. The swales totaled approximately 327 linear feet. The swales were observed to be vegetated with no visible OHWM or flow. Table 1, below, is a summary of the aquatic features observed within the study area. Table 1. Summary of the aquatic features observed within the study area. Feature Amount of Aquatic Feature linear feet acFES Photo Number* Ephemeral Stream Stream 1 (S1) 51 linear feet 3-ft OHWM <0.01 acre 123-124 TOTAL Ephemeral Stream 51 linear feet <0.01 acre Intermittent .51ra=! h Stream 3a (S3a) 40 linear feet 3-ft OHWM N/A <0.01 acre 74-75 Stream 3b (S3b) 54 linear feet 3-ft OHWM <0.01 acre NIA Stream 4 (S4) 56 linear feet 3.5-ft OHWM <0.01 acre 140-141 Stream 5 (85) 62 linear feet 10-ft OHWM 0.01 acre 150-151 Stream 6 (S6) 317 linear feet 3-ft OHWM 0.02 acre NIA Stream 7 (S7) 17 linear feet 2.5-ft OHWM <0.01 acre 17-18 Stream 8 (S8) 21 linear feet 2.5-ft OHWM <0.01 acre 19-20 Stream 9 (S9) 47 linear feet 3-ft OHWM <0.01 acre 111-112 TOTAL intermittent Streams 613 linear feet 0.05 acre Prennial Stream N/A Stream 2 (S2) 65 linear feet 60-ft OHWM 0.07 acre 132-134 TOTAL Perennial Stream 65 linear feet EF ergn,sr WElljrtd5 Wetland 1 (WI ) 0.07 acre 0.01 acre N/A 21-22 Wetland 2 (W2) 0.01 acre N/A TOTAL Emergent Wetlands NIA 0.02 acre N/A kimleyhorn.ccr+n 1.'3455 f oel Road, T Now C1ffice Tower. Suite 700, Dallas. TX 752401 572 770 i1300 Kernley»>Horn Page 7 Open Water Open Water 1 (OW1) - 0.41 acre 135-137, 139 TOTAL Open Water N/A 0.41 acre N/A Swales Swale 1 (SW1) 29linear feet - 117-118 Swale 2 (SW2) 55 linear feet - N/A Swale 3 (SW3) 127 linear feet - N/A Swale 4 (SW4) 63 linear feet - 39-40 Swale 5 (SW5) 54 linear feet - N/A TOTAL Swales 327 linear feet No OHWM .. N/A *Corresponds to the numbering scheme on the attached photos (Appendix B). Reference Appendix B, Figure 1 for the locations of the site visit photos. 5.0 r Jurisdictional Analysis Referencing the jurisdictional analysis maps provided in Appendix C, Figures 1-1.4 will supplement the following discussion. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the ephemeral stream (S1, Appendix C) because the stream is located an a mapped "blue -line" feature on the USGS topographic map (Appendix A, Figure 2) and has an observable OHWM. Further, this stream appears to have a downstream surface water connection to the Clear Fork Trinity River, andeventually the Trinity River (a TNW). The USACE typically asserts jurisdiction on mapped "blue -line" aquatic features. Therefore, this feature would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the intermittent streams (S3-S9, Appendix C) because the streams have an observable OHWM. In addition, streams three, four, five, and nine (S4, S5, and S9) are mapped as "blue -line" features on the USGS topographic map (Appendix A, Figure 2). Streams four, five, and eight appear to be located in the FEMA mapped 100-year flood plain. Additionally, the streams appear to have downstream surface water connections to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). Therefore, these features would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the perennial stream (S2, Appendix C) because it has an observable OHWM and is mapped as a "blue -line" feature on the USGS topographic map (Appendix A, Figure 2). In addition, there appears to be a surface water connection from this stream to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). Therefore, this feature would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the emergent wetlands (W1 and W2, Appendix C) because they appear to have a surface water connection to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). In addition, wetland one (W1) was mapped on a USGS topographic map "blue -line" feature. Both wetlands appear to be in the FEMA mapped 100-year floodplain. Therefore, these features would likely pass a significant nexus evaluation. • •7 e iorn;corn• 136_55 Noel Road. Two Gaileria 0 iF�ice Tnwer. Suite. 00. Dallies, TX•75240 972 770 13t111: ey»>Horn Page 8 Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the open water feature (OW1, Appendix C) as it is located in the mapped FEMA 100-year floodplain. Therefore, this feature would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely not assert jurisdiction over the swales (SW1-SWS, Appendix C) because the swales lacked observable OHWMs and were generally vegetated across the bottom. Typically the USACE does not take jurisdiction over swales. Therefore, these features would likely not pass a significant nexus evaluation. 6 0 Implrts It is our understanding that the impacts to the aquatic features on site are the minimum necessary to construct or protect the proposed project and impacts to special aquatic sites. The project proposes utility pipeline installation via open cuts through streams one through six and stream nine (S1-S6, S9) and wetland one (W1 and W2), at nine separate, single, and complete crossing locations. It is our understanding that all impacts will be temporary as the areas will be restored to pre -construction contours and conditions upon completion of construction activities. Relevant impacts are summarized in the table below and shown on Figures 1.0-1.4 in Appendix D. It is our understanding that all impacts proposed are temporary in nature and the impacted aquatic features will be restored to pre -construction contours and conditions upon completion of construction activities. Table 2. Summary of jurisdictional aquatic feature impacts within the study area. Crossing Location Boat+�rp Amount of Impacts Crossing Type linear feel acres 1 Stream 1 (81) —51 linear feet <0.01 acre Open cut to lay pipeline 2 Stream 2 (S2) —65 linear feet —0.07 acre Open cut to lay pipeline 3 Stream 3a (S3a) —40 linear feet <0.01 acre Open cut to lay pipeline 4 Stream 3b (S3b) —54 linear feet <0.01 acre Open cut to lay pipeline 5 Stream S4 (S4) —56 linear feet <0.01 acre Open cut to lay pipeline 6 Stream 5 (S5) —62 linear feet -0.01 acre Open cut to lay pipeline 7 Stream 6 (S6) —317 linear feet —0.02 acre Open cut to lay pipeline 8 Wetland 1 (W1) - —0.01 acre Open cut to lay pipeline 9 Stream 9 (S9) —47 linear feet <0.01 acre Open cut to lay pipeline 7.0 — 404 Permit Options 7.1 - Nationwide Permit 58 -- Utility Line Activities for Water and Other Substances Nationwide Permit (NWP) 58 authorizes activities required for the construction, maintenance, repair, and removal of utility lines for water and other substances, excluding oil, natural gas, products derived from oil or natural gas, and electricity. This NWP also authorized associated utility line facilities in waters of the U.S., provided the activity does not result in the loss of greater than 0.5 acre of waters of the U.S. for each single and complete project. The following discussion serves to address the analysis of Kimley- Horn on the use of NWP 58 under a non -notification scenario. Nationwide Permits only authorize "single and complete projects." For linear projects, the Corps defines a "single and complete project" as all crossings of a single water of the U.S. at a specific location. For klrniey-hr,m,corn 134551`inrrl Road, Two Oaileria Office Tower, Suite 700. DE1112P, Tx 752+40 972 770 1309 im ey>>»Horn Page 9 linear projects crossing a single waterbody several times at separate and distant locations, each crossing is considered a single and complete project. Based on our review of the proposed project and understanding that the proposed work is limited to the minimum necessary to construct the utility lines associated with the project, it is our analysis that NWP 58 Utility Line Activates for Water and Other Substances authorizes the proposed utility line crossing of one aquatic feature as a single and complete project. Nationwide Permit 58 authorizes Utility Line Activities in waters of the U.S. provided the following: Project activities do not cause the loss of greater than 0.5-acres of non -tidal waters of the U.S., There must be no change in pre -construction contours of waters of the U.S., Corps notification is required if: ILI Project activities result in the loss of waters of the U.S. exceeding 0.10 acre, and RI If a section 10 permit is required. It should be noted that the NWP General Conditions (attached with NWP 58 in Appendix E), as well as NWP Regional Conditions for the State of Texas (attached in Appendix F) and State Water Quality Certifications under Section 401 (attached in Appendix G) must be followed to comply with the NWP program. It should be noted that permits issued under the NWP program expire on March 14, 2026. The following are details on selected conditions. The attached permit should be reviewed by the Owner and by any contractor conducting work on the proposed project to understand all of the General Conditions. General Condition 10 requires that the activity comply with FEMA approved state or local floodplain management requirements. The FEMA Flood Hazard Map indicates that the majority of the study area is located within a combination of the FEMA Flood Zone A: 100-year floodplain and FEMA Flood Zone AE: Floodway (Figure 7 in Appendix A). It is the permittee's responsibility to comply with applicable FEMA-approved state or local floodplain management requirements. General Condition 12 requires that appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the U.S. during periods of low -flow or no -flow. A Storm Water Pollution Prevention Plan (SWPPP) is required to be in place during construction for projects disturbing one -acre or more. For projects disturbing more than five -acres, it is necessary to file a Notice of Intent (NOI) for compliance with the Texas Commission on Environmental Quality (TCEQ) - Texas Pollution Discharge Elimination System (TPDES) General Permit for Construction Activity. A list of Best Management Practices is included at the back of Appendix G. It is the permittee's responsibility to implement a SWPPP, if necessary. General Condition 18 states that no activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will destroy or adversely modify the critical habitat of such species. The permittee has the option of requesting a review of the proposed project from the USFWS. The Southwest Region of the USFWS (https://ecos.fws.gov/ipacl, September 7, 2021) lists the following species for non -wind energy development projects in Tarrant County: Whooping Crane (Gals americana), Endangered magroy.,0 .12Of 1 1 3.155 NiI0, Road. Two Galtefia Office Tower, Suite 700. Dallas, TX 7524v t}72 770 1300 Kmey»> Horn Page 10 a Monarch Butterfly (Danaus plexippus), Candidate Candidate species are not afforded protection under the ESA. There is no designated critical habitat for these listed species in Tarrant County. Potentially suitable habitat for this species was not observed within the study area. This proposed project is not expected to have any effect an these species. General Condition 19 states that the permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. Kimley-Horn's general and limited site observations did not indicate the likely presence of nesting migratory birds. If construction activities are not performed during typical breeding seasons (generally considered to be between April to August, depending on the species) it is unlikely that an incidental take would occur. The permittee has the option for contacting the appropriate local office of the USFWS to determine applicable measures to reduce impacts to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act. General Condition 20 states that in cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. If historic properties are observed during construction, work in the immediate area of the discovery should cease, and the contractor should notify the appropriate Corps Contact: Mr. James Barrera (817-886-1838). The attached Atlas map, generated on September 20, 2021 from http://atlas.thc.state.tx.us/ revealed no known sites or markers within a 0.5-mile radius of the project area. A reproduction of the Atlas map is included in Appendix H. The permittee has the option of requesting a review of the proposed project for known historic properties prior to construction from the State Historic Preservation Officer. General Condition 25 requires compliance with State Water Quality Certification. The TCEQ has certified that "the activities authorized by Nationwide Permit 58 should not result in violation of established Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279," as long as Best Management Practices are followed, Refer to Appendix G for additional guidance. In some cases, coordination with the General Land Office (GLO) and Texas Parks and Wildlife Department (TPWD) for a sand, gravel, and marl permit may be necessary. It is our analysis that this project will not affect a State-owned riverbed, because these streams are not a minimum of 30-feet wide and would likely not be considered navigable. Therefore, coordination with TPWD and GLO should not be necessary. The permittee has the option of requesting a review of the proposed project for known State-owned riverbed prior to construction from the GLO and TPWD. 8.0 -, Recommendations Based on our review of the proposed project (Figures 3.0-3.4 in Appendix A) and project plans, it is our analysis that NWP 58 for Utility Line Activities for Water and Other Substances authorizes the pipeline installation via open cut through the jurisdictional aquatic features. This analysis is based on the understanding that the pipeline installation will result in minimum impacts to waters of the U.S. and that pre -construction contours will be met once installation of the pipeline is complete. Maps showing the impacts to the likely jurisdictional aquatic features are included in Appendix D. It is our analysis that this project does not trigger notification under NWP General Condition 32. Although not required by NWP 58, for projects discharging into tributaries and not causing the loss of greater than 0.10 acre, the permittee has the option to request verification from the Corps to receive written k im Ivy-hro.co iu 13455 Noel Road. Two.Galfmria Office Tower. Suite 700, Dallas, TX 75240 972 770 1300 Kmey» Horn Page 11 concurrence with the Kimley-Horn analysis that NWP 58 authorizes the project, without pre -construction notification to the Corps. Kimley-Horn recommends the following approach regarding Section 404 permitting: 1. Proceed with the proposed work under NWP 58 authorization, without notification to the Corps; 2. Place a note on the construction contract documents clearly stating that it is the contractor's responsibility to comply with all terms and conditions of the NWP by reference to this memo as well as any other local, state, or federal regulations noted or not; and 3. Obtain the appropriate storm water permit from TCEQ, if applicable. Existing permits issued under the 2021 Nationwide Permit program will expire on March 14, 2026. If the proposed project has commenced, it is our recommendation that the proposed project continues, provided that the proposed activity is completed within 12 months of the date of the NWP's expiration. Continued confirmation that an activity complies with the specifications and conditions, and any changes to the Nationwide Permit, is the permittee's responsibility. Disclaimer; Kimley-Horn has prepared this document based on limited field observations and our interpretation, as wetland scientists, of the Corps' regulations at 33 CFR 328 Definition of waters of the United States, joint Corps and EPA guidance, and Rapanos guidance. While Kimley-Horn believes our interpretation to be accurate, final authority to interpret the regulations lies with the Corps and EPA. Corps and EPA Headquarters occasionally issue guidance that changes the interpretation of published regulations. Guidance issued after the date of this report has the potential to invalidate our conclusion and/or recommendations and may cause a need to reevaluate our recommendation. Because Kimley-Horn has no regulatory authority, the Client understands that proceeding based solely upon this document does not protect the Client from potential sanction or fines from the Corps. The Client acknowledges that they have the opportunity to submit a proposed jurisdictional determination to the Corps for concurrence prior to proceeding with any work. If the Client elects not to do so, then the Client proceeds at their sole risk. This report was prepared by: KIMLEY-HORN AND ASSOCIATES INC. Tessa Bass Environmental Analyst 64,/~(' Garland G. Holstead, PWS Senior Project Manager Emma Bales Environmental Analyst kirnle,t om.coir i34 5 Chid it F2oad, Two 'GBIlerirA Office Suite; 7(]O. O iIIaS. f X 75 4O 472 77. 'M00 Appendix A STUDY AREA MAPS , • .^N 41r� V ti 0 • a to,fa7� r1°rd'dd 1•,11 .: •ii• lilv?rane Hills l:r 750 1,500 Legend Study Area, —34 acres FIGURE 1 • We;; l 04_ A*. ertr reel -'°��, 3,000 DATE: DRAWN: CHECKED: 09/20/2021 TMB EKB Vicinity Map Source: ESRI Basemap I , I i DI Y:r.atttrr!*•rd Rd Lrnk Hill Dr -- C cliff ea rye (3tmr. z It WHlo`v Park IProject Location Alecto I.tor ;c Annetta South .c c 'y, WJad1 •L Westslde III Transmission Main Fort Worth, Tarrant County, Texas met ~• � 1 1 • • 177.r'= s -ram ^ LakeWorriu. ' i. ' L• , Jr .e$ 'Ian a •Park A iv i -9 jot Y �. wNlts sediment li S a login �'.,,,rn; River' Oalke Be.rbrook 1. II r' • '• y`.: c ti 1 OtC1 Wcatherror d Rd I4i9 Ridge LEI x s Cl,) a n t 1 a 0 • n �l,,� ca. a• 44 V ratan . C1 r• O t 7 s rdoIN • ill„ ,.• Crowley r c•-t9nI:y Dr-, �Cr ti .. I - 1 Saxpen co ten 4' Fort Worth .3k.sh ! •_ — -- r.adshnw-Dr 0 a `- trt7:•Alr1 Mourlrr JI C cad0W Cale Or a? tt ••• \: c V i7 "Thcz itl: t v n b CMu:ll c 71Jsti n Ter StoatS. pxrA C E+` a Y V = Ci v -.t -. 0 n " O a 0 '+1 -�,• c n . „I n ne -y`?.: 03 Dutlgm Ln u. tel e J ✓ �o'Pora!ion -.1; kw Norl7l1- Rea/jall Winona, .8.41. F r1. MB_s coM cr.i I"l] stet •Silver_Sada Kimley>» Horn This product is for informational purposes and may not have been prepared for or be suitable for legal, engineering, or surveying purposes. it does not represent an on -the -ground survey and represents only the approximate relative location of property boundaries. KHA NO.: 061017380 Fort Worth, Tarrant County, Texas 09/20/2021 CHECKED: 061017380 •ry :• ', se I.i• t 1: ! t A ••• 3,• •. 'It • .11 -. m L� ia 1414.41141 • . . • . ,' ']'. �-i :Tiff ,y _ - 1 - { best, ` . 1 4 -• • I;;xAr l 1 -t♦ • T t l 1 I .lrr. • 1 er '•11 ?t/ 1 • '/' . -1 • t ••• 1 . • w' • -, %- - I 0-• •• 1 - VI 1 :''~. '4 !'I!. iviatl r f. : •..• tit4sr , Sry • 1 • i .- i ♦ 4. .4.;: .; r'�" ::!:. di..Di ,..11 : Cite t j ti 4.. s:x;:iitti . t;I"! '.,:* :::, i . • . 1i . es w .: v."; .4 .n, .44,1... '....:141:::: ,:- boosii.o.• • 51 j9. `it♦ dddt '11-1f.1.• w , f.t . I i. • �111. f \,: 4. a •SEf/•i¢.,,: i :T 4 ..9r (,.,,: 14).S FaN Y- 0 £'i-; 1l-z: - 41-'D :)d p Mar. 2021 ( C c c e c L cn > C c u o o � Z C `tea n o o E O)c c c o =q�3 2L /zo c o O1L c c > 0 c 0 Zr- o a g m c E 44°c�`o o. yE 42) x • N • a a c o N C c o .o N r � N O V C Q c.)0 o 0 C d E. j 1— ao.2a ;ounty, T1 llV I''.'S1sa!,1- 05f91Ot9JS,011:{adSiO Att3 TWOSIO IYO1N C 1 6 t fa 1 '1 • t 4 :! ? f Is ,s •y Thr=-.~_s t,' gift Se% rift l r r" arr • q1 Cs;l 5ang? aj.Rrbtl• ttV-'?1 Na; •VL0'.lPoi •l!.1III ti?tsa/.1. 03141 0190 SIDS;0 Nt3 T.'OSIn Ts'a N E Fort Worth, Tarrant County, Texas F— a 0 Z 0 m W CHECKED: O CO M CO O r Co O 6 Z _V • 150 300 reet 600 Legend Study Area, -34 acres Ephemeral Stream, <0.01 acre, -51 linear feet Intermittent Stream, -0.05 acre, -613 linear feet Perennial Stream, -0.07 acre, -65 linear feet Open Water, -0.41 acre Emergent Wetland, -0.02 acre Swale, -327 linear feet FIGURE DATE: DRAWN: 3I2 CHECKED: 09/20/2021 TMB EKB KHA NO.: 061018380 Aquatic Features Map Source: Nearmap Mar. 2021 reet 50 100 reet 25 50 Westside III Transmission Main Fort Worth, Tarrant County, Texas Kimley>» Horn This product Is for informational purposes and may not have been prepared for or be suitable for legal, engineering, or surveying purposes. It does not represent an on -the -ground survey and represents only the approximate relative location of property boundaries. 4 isa .. MIIEMER- ti Nast it et. 1 1 p 4 • 1 • as‘*ttleids le stis Siah s� rI 4- L _. • 4 cu 0) J Study Area, -34 acres Intermittent Stream, -0.05 acre, -613 Perennial Stream, -0.07 acre, -65 linear feet 0) L.. 0 (0 C a) Q 0 0) a) N 0 C c W E Fort Worth, Tarrant County, Texas paw dc;l sa.ngad >.RrbV•f E1uej FDi -'WM v03-1.1.5 u1v?i`-a1.1- 09E9101Sd S,°J11a.'Cud SID N13 •R'O.SI0 NCI) 09/20/2021 0 m 2 I- 2 0 m w CHECKED: 061018380 0 . s tiPA c p �►, • i • , } f. t ns -i _ ff N s yy • CY.' �`, . 4"•;Iv L Hai• ••,r .a ! u� ;1‘ Ogr it t, i a Ik, • 1%, I 4t • r u-n: *tett.It cx Ise 'sr , •j r . t! _ a 11. -.74 b fa •nt. P. 4 ' , � li •r,s tis it • •r jl .`ri f i ::13.14. -•a• ri J- 1 :.1 .° �t . 174 it ' t I .. ...•- Y.�;.1 a t r ., e i t e b s . it< f..; y' a 1 i ' I. 1 it •a. i. 1 toI, SU 4 w ,' . i ! 1 a, �■ t •rr' I ,i r"Ili it 411 ,1 • i, r�• j• t t ,'1 '. i f 1 et a .�. -. .. • J • • l f an ♦c S tr 1 • \-1 • was •tt."..ar a . 114.. 0 au• s M 3 • w • r. �• €• • • ! Alortitt IT • • up • i O M r • , 4 4 tot- t • t r . f 4 . .1 tt 4 "4= ••• ne rt7 ■ 1 Study Area, -34 acres Ephemeral Stream, <0.01 acre, -51 a) ift C ntermittent Stream, -0.05 acre, -613 Perennial Stream, -0.07 acre, -65 Open Water, -0.41 acre • •J O CU W iso w frp E w Fort Worth, Tarrant County, Texas Aquatic Features Map 09/20/2021 W 0 2 0 m W CHECKED: 061018380 tit 0 LL Ca'++dtel S42- Pad -AV- t('Jt. 1! a; •Yvol.1 POd - 11 a.5lsaM- O 3C9IOl 9USi9» 'JdSi°J-l.73 lt'OSIO lt'Q1N 4zlt '{fir I' • ! 0 iv ,, ?era -a • 1 • Wj ♦ n-, •~fir•/•,�rot ',,*••• 1 t1 • ._tr. NNN •s . . • ,a.•..,„ I�'.f :A.,' S, ' • ... . . 1 .\ •p • .'..=•. 1_4e t 7,ik11.0514,.y 'i • • ' • i ' c. •••• . i ..., ..b.t..w...,...• p.....,- 4..4 bl.,..., :, •• 11 • • e - ; P.° a .11; .., \ I% Al.. ,. F:•-i. ,- 1. l .0 3:f'r''_:� '.I.A1#j •.•. 1 •• "VI .. • :`It';., ! l' I' • ti • tjt : a et - 4 ~• • ''tit.^•= - ' 1 : ,te • r 1 ••y $ i1. f•. 1 • / •••• • . •. • T' '•• —. r •. Y •t(. si •,¢ `.\. •e, • y • W CD p L 0 N r. 0 • l its 0 a) rj Study Area, -34 acres a 0 t__ /^ cc u. O •E a) m -o 1- 0 L 4- C r L. O O N 0 •- •c < O VJ W 2 Z cc CHECKED: Fort Worth, Tarrant County, Texas O N a_ 0 I- hi L '0 VJ 061017380 •_ 1 F•�SlN.i=.1wa, -41•,F.11 ^j•VAI IZ". 31=41.1- C• t tOISvSD1`-. �,dS.D T!I3 ltU.' O Tt\i'.N reet 0 500 1,000 2,000 Legend Study Area, -34 acres FIGURE 6 DATE: DRAWN: CHECKED: 09/20/2021 TMB EKB KHA NO.: 061017380 Historic Aerial 1996 Source: TRNIS TOP 1996 Westside III Transmission Main Fort Worth, Tarrant County, Texas Kimley>» horn This product is for Informational purposes and may not have been prepared for or be suitable for legal, engineering, or surveying purposes. It does not represent an on -the -ground survey and represents only the approximate relative location of property boundaries. 40, Nit Le w'«%' x aE2\ yR l�,<\; \ ;� a «\.� , & »a : 4 : ». A A. .tee— -�.� (%9 3M•- r Z»» �2.\y% .��'| YR .• I•• ry y y) Sr` _ a--.rr R-spTrrs'•tMMICIY. •.. •. • . a -._u.0 sa y.. t f eiTI: a' r. { 1:. �.• i '' cf. :• ; ":4,Say : w.� vi••• i !1 • • I•. •,. • • !•.fir-N .� I•,• ) M• ,fi• t,,. I •. i.'• r. •. I • S •>i e• • 'i t,;' J i • 1 • J - •. t. sale ,; • .i : It•.•: •' • • �F i'.`'' Ae• %• 1.1 ,+ rg‘11-6 ;;, 1: Aledo gravelly clay loam, 1-8% slopes 26: Frio silty clay, 0-1 % slopes, occasionally flooded 46: Maloterre, Aledo, and Brackett soi Appendix B PHOTO LOCATION MAP AND SITE VISIT PHOTOGRAPHS • ` _ •,":441: It. .. • ,) r 'I : . i, i ; Transmission Main City, County, Texas Source: Nearmap Mar. 2021 09/16/2021 CHECKED: 061018380 Intermittent Stream, -0.05 acre, -613 • ...'S . ,. . .... 't i• :' • • %• '.; • r • • • . • • " { ... • • ;* A' • • ., • • p• 1•• r•• •4-.'-1 • TT 1 l i . ► M be. •� it tss 'it a ie •9. Y� '. 1 1 • t.' , ISc 4�A1 a) O CD 1 t O N • r Study Area, -34 acres Photo Location 1 Photo Direction Ephemeral Stream, <0.01 acre, -51 linear feet Intermittent Stream, -0.05 acre, -613 linear feet Perennial Stream, -0.07 acre, -65 linear feet Open Water, -0.41 acre Swale, -327 N scs • • y� 4..* 0 C so J � � + I �� V �I �� 1�II I ``I1 1� I' � k)?`1•_ 1*..J'ii ..rAi . �dls�l..fil�i-4V71.SW •.•Ii I 3[U�Ait�J4 'ivf��.7d��aillllSt1 City, County, Texas Source: Nearmap Mar. 2021 061018380 0 0 lJ. Photo Location Map ce CHECKED: M {6fF' vJl'A▪ .�, %N •i t 7. ,'t: • • 11 0 .geit *at •1 st: e• ! 1 *t lk + •• 'R 1� • w a . R.. it 11j� , • . • •;ire . .R _itr 1 •St t i l • 'sc11 + :<'-'j%i: i,1`r., ,0 •Ir i/I 0. • 1i , \ 4 ' • E► rY� a) a) ..J Study Area, -34 acres 4- • Photo Location 0 • Photo Direction Ephemeral Stream, <0.01 acre, -51 J t 4 - '•1•Y1 • t ...J .. ,. • Y. .11 ems' 4. a. Perennial Stream, -0.07 acre, -65 Op 'dent Wetl 11 1 • 1._, •,i> 1• • • I. • • • • a -00,k 0 E City, County, Texas ui 0 co 2 z 0 CO W CHECKED: 061018380 O Z Y ce U' LL T. PI, •t,1 ....�.,lc,::.d- t- 'AT- alr<. -1,1))A1- J •-t i •,,sh.a�`- c o t31 ots.,Sior,NdSiO 1..`13 TcJSI`J TiOIN IN [ INS .1 Oki #:Far •� 3. Vm F Far ELT Far Far" Far f Fear 0 FIT FINE N� `1�Iw I has NNE I. yFF A .� 14t`t is }'�� �..y+.•�.4is ' .i.i >!Nr ., 1 V - a + Y..t` �A. [ t ENNE f •'''���b•••... • • • y 0 OF WINE F v +l0I LEI _® W ,Pry #jt +• a �iNP ► % y �. i . I • a ForaR• n — a 19 s, .�.- IT . ' 4' I':.r _ eri' •A■P� :.aq FIT •e `. _:,,YV` a. raaaa ,f.,•' e ' Li _ "' • t s m a• ors .r - b � b F • •e . • 1 ¢ '.• ,�!. 6 la aw or [(��p{All 0 s • 110 l�lljr Tb�spo• F a. ! c� s o` b♦ s� �!1FQ . , �.• +i •�yj Y.a,.� c (� 'tom `•• •�- �c �� i in • . l;i P a' Nip ,•tThe •1. FIT,, `a • 'jLF am wFF, F. C i •_ �iLk FT r asks. hr Er 16 Le �'•`a Y �. q�i y a sey vt q . t P 4 .` OFF Tr �h r •r. > • 4 ` IS a '� 'fYb.l►_��Rt�p 'tr 4 .•,• f,� si•�s-i .• rE"I• r :r,! ,� � F VA �; � . a s . , , . • ; a .. yam a AT fi - , r F For IF F!a No FT ar do w .p ah �: b r• •. - s i d yxy��" I TT IN Far 'vNT io 'o FT Nt Tr u AT • at d NET .#tom +• - iy�+'.= a T" Is IN k; SET ` tj .r.* t FF p b� he � Iffig1. Y has w m `@ c c = (D ad LIFT cM C t co 0> t N U U N U @ @ U @ Lo @ O r N O O ) O N N V i O @ j U Fir l @ N @ E d c N M c c N N @ O @ C t O U N 1 >>� — l0 8 Fish N Fire c fn rFare > N @ _ N M Q J a N t5 E N > o o E c c °' a a w a Far O w �cU) J O 11 © `\ t -.,he p`.�i CM i AoQ cos, en o� �e o map €BRIM 111111110 �_ oo$ ��sc mo 20ch aegge aaemo C � C X F- Q � � O U � C (6 U a � o O � z L o' m m w M F 0 0 u Z y U z 1 tea • _ 3 2 4 5 Photos were taken on 06.10.2021 6 7 9 8 10 11 Photos were taken on 06.10.2021 12 13 15 14 16 17 Photos were taken on 06.10.2021 18 19 21 20 22 23 Photos were taken on 06.10.2021 24 Sp '' j r.• �t `P • . - 7t:•• A. ail: irr *y` • trill •• • y .t. •l Mt'• • > S • • ' I % Yi C" >!j( •� ,7 • •. 24n +fUi' ' 1 P }� t� •• 31 }s'K va l.� ynii� i.�. •.4 4} . � : • 7t t'rI ' tt.` to i �+ .'?J" • r� 1� as2'`t:) L 0 P ‘I; ))il4..1 ` ito,rr 4 ;:.� . 11 7 i, Car caaj 25 N.; • ni t- •' i:. • .• . fir' •. llirSr, `._s • w�•. .. :'` s. -.ere j.. %c t Rt�� 4-i*MTSRYi \'tl. .v: t s "'iZ •� t{ t... f:• l }l • • 27 elfr • • I, • «w• . t, • Jia; Y. i •`i 7 •.••. J. Ems •; • . t:. cr. •". , tit S iti, / r� Y ''•„Ir • •ak 26 c 2 a.t•; r T 1 %ilk' iv, ••i. re, i rY�r li •w fi f•�'. • 1. ~i t .4fl•ti• 'j- -i`:►�i a •;�;,.:: •r •...s Y.> 28 29 Photos were taken on 06.10.2021 30 1. • . c f•fi' i •=�1 11 44. jam.\i.Y .., •,,♦✓ ♦.. ZS00,1 :4(Mtj. r;• . , ♦ .. 1f , .•ems t,,'. \ ▪ r� \„ y ,y ,i t. :1 ,,•Yi./ A 1 1 -s- ,-or• . ,, • l ylR• r rll it `.. . Jl .� '•ice' I4:1S r.: .,t.:i t p- • . iti;k. s r".' m• . I•i t6t rt ;a.. z , • • /1 ' • lr 0I,'V` 1' kt •f• •' • 1,t1,• , r• 1- y � S• , �li r 4ilkY I '� 1N`l \.� i l• . e , i NI ! •: �, fl , �` J.Y •• 31 33 - i t - • t se.• J1 !1 � . 1 �r Y `��.. • •- '. 6• ` `,,fjQR , ` . •' I I /t . I •. \ • • J 4 ♦ l r l •`- 1 ,x ,.• .y ", 1. I1 .t.• . .: �{. 1•", 14 ati&. , �1 .Ill • , 1`� 47. t 1;r' 7 ziSS't i,. r�s▪ �,I . 't: •i' l• N • 32 • t'• ;;r' '`: • • 1/4 C1�▪ 7.- °t . 1 ...__.v• • . PIN ••• • • 34 35 Photos were taken on 06.10.2021 36 37 39 38 40 41 Photos were taken on 06.10.2021 42 43 • •••••1 00 r ,..., 'jc • �\ f ' is 45 44 46 47 Photos were taken on 06.10.2021 48 49 51 !1 `i tt •-Lfili/.f l l: �.• lo at a a,♦-( t•r ../Ia' aka I. `� • 1,,k.firic el aria &UM 50 52 53 Photos were taken on 06.10.2021 54 55 57 56 58 59 Photos were taken on 06.10.2021 60 r. • • 61 63 62 64 1 1. • .; c4'.. �., •.. .*[y to tl •�t :ett t'.i 1\ v..:gli,.,, - tie t _>,�� _ Z11 • .4 65 Photos were taken on 06.10.2021 66 67 69 68 70 71 Photos were taken on 06.10.2021 72 73 1 • 1 P p _l�- i. d• k Y . • •. 75 1 art .•.. l'Es r> Alft,ty� �. • I , Pe •��1Y �}`pYiy.• • . . •y•• 1 .Nsl; • Y ti . • 74 76 77 Photos were taken on 06.10.2021 78 79 Photos were taken on 06.10.2021 �N.�r♦ yY�f r� '1F I'r 6�' 17� frr r��.�r �r'� i Iti 80 82 81 83 84 Photos were taken on 06.17.2021 85 86 87 Photos were taken on 06.17.2021 88 • I1".till[ •1 ' .'-c'. "�•t1 :, .'1 •• a . d'S.r.•�ay.' .•I r ;:? •J.ti i7• a . I . •-�.-= 2.•n i.t di :. tiii! '- t• !.� .S • + h + ,r af ds✓ .• Sn+ n f > .. �. 90 89 •,41:.:11::::::::::111-,6111.11•:"..1111:kt #:;:i.-1:1;;-'' . .�. t...�-. 91 92 Photos were taken on 06.17.2021 93 94 96 95 97 98 Photos were taken on 06.17.2021 99 100 102 101 411 {. , k. 103 104 Photos were taken on 06.17.2021 105 it .• a- • -1 4 w1' .1 ,(j �✓ 1�� . J(� •r lY ,jay t,,fi Pi' /(�{ ►,;,i y//�'�i a� 1 �r>.;:7r s, j ! j� tit/ 1. 106 108 107 109 110 Photos were taken on 06.17.2021 111 112 114 113 115 • - � Ira '�- ••, .i . ,-,c L. Kt • • 116 Photos were taken on 06.17.2021 117 118 120 119 121 122 Photos were taken on 06.17.2021 123 124 126 _ ,R p ram. .L 'l ,1 `..�_ tiQr',y ids/• • ....Via f q . :::44:Lijill:Irri.:°41ti.‘":1:ri:11.1 ' Is': a\I .. ...:. t41,-"c:4:11 1: 1.-1111.;:;:::; . ) :-7- \-- - . 125 127 128 Photos were taken on 06.17.2021 129 130 132 131 133 134 Photos were taken on 06.17.2021 135 136 138 137 139 Photos were taken on 06.17.2021 140 142 141 143 144 Photos were taken on 09.09.2021 145 146 'pt. `; • •�Vj ••I .. -,•. s. ..-. a 'r.pi. - i/ tit • \ 1"iv •,' 1 • 1.3 ., L - $ . TAT 148 147 149 150 Photos were taken on 09.09.2021 151 152 154 153 rc=tia t % Jl \ (10 • t t;y • 9 _ . • y .,j� 'r)f54^.YV'Y.w�yt '•:i�a'^'• r1 /J • J 1.11: 1 v"•41 °'ft..: . • rt r • M� Y At 4 fli 3✓ I` I.:. l f ri f it � "� t t )• i • t w t /S iy _ /tx•7._iy���r iY.r.l.,ir}i"1Ct.�)r(1• t_ , ,4•11 1:.F.i': "IN"' c; 1� 4• , ,, .: li 155 •r. • • • • : p• \ + t• J • • •'• •' • t r it •vs1 _ %e t• t..• . I1n ▪ '. .. _ \• sue• . 7�.. .. • 1 • _ Jfli'.: T • • •; 1'1 156 Photos were taken on 09.09.2021 157 ft {lj.9..el. 1 Vit•jii_:3 iif ehail3+ne o.(� �a�_ r G' • / y{��j �.• •'V' 1. r 9a- �^1 rrl •$ ft IY<� �v� Tof,iJ,i: (`1 t•-,i -�rl�J'1�1 !'.. N{ i�:f ,rii 'y "� 7 ��ff. A .i �YY�fi L ��• ��•'1f�i41 All 158 159 Photos were taken on 09.09.2021 Appendix C JURISDICTIONAL ANALYSIS MAP y Non -Jurisdictional Swale, —327 linear feet ' FS : T Source: Nearmap Mar. 2021 r N O N O CD O LU !— Q 0 m 2 cc 0 w CHECKED: 061018380 6 Z 2 0 lL G'-7 -S -OIP.+'al. par - trp,,mFoi•l'.1IIF:SIS4M•OSCSIOISOSiDUa'udS,o N1 1VOSID 1YQJN 09/20/2021 CHECKED: 061018380 Jurisdictiona Source: Nearmap Mar. 2021 09/20/2021 CHECKED: 061018380 Transmission Main Fort Worth, Tarrant County, Texas Jurisdictiona CHECKED: 061018380 c C) a) 7' is .)- Ephemeral Stream, <0.01 acre, -51 a) Intermittent Stream, -0.05 acre, -613 linear feet a) Open Water, -0.41 acre Emergent Wetland, -0.02 acre Swale, -327 linear feet (0 c O '•= (0 (if 0 C C "V O O w 0 U_ : O ' N •L •L O Z a) Y a) Study Area, -34 acres Stream, -0.07 acre, -65 linear feet c c a) L ^a) LL prsrtery zcfE„yiY JO io •,S.'C" tlyr:31 !-'ai • 141'.WJ- VA t i cq.s1s4M• C.S ?tOt90SiOUabOdSi`J AtG TYOSIO1VO0t c a •— W^1 E Fort Worth, Tarrant County, Texas 0 2 0 U_ TA Source: Nearmap Mar. 2021 09/20/2021 0 2 Q ce 0 CO W CHECKED: 061018380 re • Appendix D IMPACTS MAP • 1( IP A Se $ dPi._ 1/4 it j -+ VI, , ka . • / 111i . . "frille411 tadistlitrib as intl. it IL' •ircilikt .ii li 4 Iti ' 4 OW "11 ISS:i• ' i' ., 1 1 1. • a) a) LL O O CO i pi e O Li) r O .3r c a) 0, a) i • 4E) a) 4- a) L ^U Q) CO n L W .0 CO c a) c 441. G 46) z 4— L- c a) c a) _ N o c c 0) 2) 6 E 1 W U) E 111"--:'1 uJ7- CIA%k1-D3 ' 'PA 1.1tr s)H1.1- C;i1LOtS? S;D lvGSIDTrOIN Fort Worth, Tarrant County, Texas VJ i- CL E Source: Nearmap Mar. 2021 09/20/2021 w F- 0 co 2 t— z 0 m w CHECKED: 061018380 O z w 0 ■ �I. 4 .•-. : 1 ale CD • r. 492 Stream Impacts, <0.01 acre, -51 a) a) CO •• y x• 1 { I •:•\•a ,. f �,i • • ' 'at. • r 1 is T • I_ ,. .I41 4 I•. , • 1p,11 ..tt.•. ; ,•. , .. -. • f 1 • •• . 1 1 r 'I•' •• . i 41 • • J II •f. 1. •.•'--'. - • •, , s \t • • • /l • '• • 4%-• r• -I- • • 11S • f / .ly,• .. 4-•- ,;-. ;. ,• M•'. • saufr . , , .. ; I : f,� asini• A. •, •.,r 1f• ea k. er, • ., tlt1•a. • i,.. ... r 1•. . •' ``.. -I 1 • V,i . ,.4. • 1 . 1 * }_? 'i r r.-4 1r.•_s, p••- . • n.,••^1 I . • p:I b In •_4`f's r r , 1;ma.,^/ • • - . ♦ • ♦ • f�'••w . p ' • l� It gig • '• I r• •ak- • .1 Cl. I i• :•-.• Ir , 1. x1�.•\ i .t• af •`.t • % L.beta; 4 !,. - a. !i • I. .'•i-' •.-.- ? a .. • �•' •• H -• • • • •• .• f• • -•.'• •'- • I • Ng: • • • • • • ♦ • �• 1 }' • I , , •i . •t - • • ir4 1.r1•' .>• .; 1k: t1 •�, s- qA r .. .Ji7 1. I.:4 f.• t x 14 1 0 Ah .'t ►, 1 . = '.44?..nt, i- •' • •4 :•I .r• • :- .a - r. •.It•? • rt.k • d• S-a.'. • S a.• h• ' •te• '• a j ^( ` • .• • • NZ; f • •.• ,• •• ' . y 4••: i • • 1.1 -!�• ,sit } •.:� •..t 1" • , 'Gwi• ..• •I„♦•a5 Is F I •may.• ' • 1 ' :•'- • ,� ..I I ! `r .` . ` • ,• r ` .• • • • Gird )� T ••( J5♦ r ' ,. •r I. ._ a._,r r..,.r,--, .14• ':••. ' i • • .Ai r;.... • • I s I'j to .: •,,�• •• •••• • '11' :us'tla.•4.1I• d • • • •- J. 1 ::. ' N. . • ' - • }. ••,•- •c. , • •+. :t, tsc•;,th;•,f.•. II te•pac {•. Ij 44v tie te • .41.'1" re. 0. _:.11 a.... its • :11-1111-1.::1::::: 41.‘ • • reit a. art • li Lc; a. -t a 4. ima -J Study Area, -34 acres mpacts, -0.05 acre, -576 linear feet Intermittent Stream Stream Impacts, -0.07 acre, -65 Open Water, -0.41 acre mpacts, -0.01 acre Emergent Wetland Emergent Wetland Not Impacted, -0.01 acre a II • CU al E cc 0 CO CHECKED: 120 Fort Worth, Tarrant County, Texas Source: Nearmap Mar. 2021 061018380 Transmission Main Fort Worth, Tarrant County, Texas Source: Nearmap Mar. 2021 09/20/2021 061018380 CHECKED: S Mir 4# E. it -Air • Itztreariti •-il ?l i� ' • • ea s- r 4 ztisi jive k. 1 t. ri` �ra 1. 1 ¢p� symtA tit enlit*vrArtr. risitt 94:7:44114 • I - r• • ra •• • itibet tr- 4' c t i • • t `w + + 11 R s . t Ott Il• a it, sik 1 1/11.0 i 4 it , Its r fi t' 4 at ;,b 1.'T o • I. %t t'n # imo C a) a) • • a) a) IL o O Co 0 0 CO 0 C CO a) Ct 1••40dc,.1sU[d_I•Cll'-I-'i'11-=f-4t"O!.11-03• -VA UI e;?ls?At• C; 9l OW/ SAD 1]a'"d S,J A; 7c'OSIJ 1V0')1 Ct U CO 0 S Source: Nearmap Mar. 2021 09/20/2021 w Q 0 m I- Q 0 m w CHECKED: ce ii M • t • r '' �• i ..'.r•q a A �•y ! •i �J . • e { s r dye t • 11 .? {{eSI �I a E H- • # et 4 .,. _ :..,:;:, _,4,#,.(4s- i.,, a r t • I I • .yay. • re • Pi y `Ila �Gs •y,. a i '-v ^G • • rP «. • ar tat a i 1lb •sr ts • i4- is Am tot im V � . t o I s• .,ran ., ee I A jj, • a s Ni t.� a •45f try it • ate. tom• µt Ad- 4• ' '.0' •., .t; t4 1,5' I. a d,£ F�t{i t _ t- t 1 'n �� tt.'t r1( { • 1.0 0 , i t • t ar. • iii As ti Or I IL- a t-t • a ea. A I a I t ' .40 i '„a ' S T tft‘ S. ■ • lilt • tf ekaz t sas • -- � I, • • p • r - a t • tr • • 0 • ii PI S a • # • • •1 114 a if :� • • it 0 *S. i a %• -. r •, 0 4 a•p IS II ,. v tea` �' �` ♦ ` r r- S. a • v- . a visb- • • •it • tit:. a • r 4 • vt • • a r;IF 48 ,.� . a a' 1/4 412 S S.. 44:* a a • C) LI.o .I it to . 4, e• i 0 0 CO a a A a • 4 -fit • = a., 4 a a) E a) t Q W • I t 4 I F • ' N 5U5:=I - ! ai - It M VOA• Y,t1 I ePSIS M• 0i E9 10l90 S IDpaoidsstin easIo ya N NATIONWIDE PERMIT 58 Utility Line Activities for Water and Other Substances Effective Date: March 15, 2021 (NWP Final Notice, 86 FR 8 ) 58. Utility Line Activities for Water and Other Substances. Activities required for the construction, maintenance, repair, and removal of utility lines for water and other substances, excluding oil, natural gas, products derived from oil or natural gas, and electricity. Oil or natural gas pipeline activities or electric utility line and telecommunications activities may be authorized by NWPs 12 or 57, respectively. This NWP also authorizes associated utility line facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2-acre of waters of the United States for each single and complete project. Utility lines: This NWP authorizes discharges of dredged or fill material into waters of the United States and structures or work in navigable waters for crossings of those waters associated with the construction, maintenance, or repair of utility lines for water and other substances including outfall and intake structures. There must be no change in pre -construction contours of waters of the United States. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose that is not oil, natural gas, or petrochemicals Examples of activities authorized by this NWP include utility lines that convey water, sewage, stormwater, wastewater, brine irrigation water, and industrial products that are not petrochemicals. The term "utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate In wetlands, the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a utility line in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2-acre of waters of the United States. This NWP does not authorize discharges of dredged or fill material into non -tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for above -ground utility lines: This NWP authorizes the construction or maintenance of foundations for above -ground utility lines in all waters of the United States, provided the foundations are the minimum size necessary. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including utility line substations, in n on -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 1/2-acre of non -tidal waters of the United States. This NWP does n ot authorize discharges of dredged or fill material into non -tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width n ecessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre -construction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above pre -construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (see 33 CFR part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP authorizes, to the extent that Department of the Army authorization is required, temporary structures, fills, and work necessary for the remediation of inadvertent returns of drilling fluids to waters of the United States through sub -soil fissures or fractures that might occur during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. These remediation activities must be done as soon as practicable, to restore the affected waterbody. District engineers may add special conditions to this NWP to require a remediation plan for addressing inadvertent returns of drilling fluids to waters of the United States during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges of dredged or fill material, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. After construction, temporary fills must be removed in their e ntirety and the affected areas returned to pre -construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. N otification: The permittee must submit a pre -construction notification to the district engineer prior to commencing the activity if: (1) a section 10 permit is required; or (2) the discharge will result in the loss of greater than 1/10-acre of waters of the U nited States. (See general condition 32.) (Authorities Sections 10 and 404) N ote 1: Where the utility line is constructed, installed, or maintained in navigable waters of the United States (i.e., section 10 waters) within the coastal United States, the Great Lakes, and United States territories, a copy of the NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. N ote 2: For utility line activities crossing a single waterbody more than one time at separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Utility line activities must comply with 33 CFR 330.6(d). N ote 3: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. N ote 4: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to the General Bridge Act of 1946. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15). N ote 5: This NWP authorizes utility line maintenance and repair activities that do not qualify for the Clean Water Act section 404(f) exemption for maintenance of currently serviceable fills or fill structures. N ote 6: For activities that require pre -construction notification, the PCN must include any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings that require Department of the Army authorization but do not require pre -construction notification (see paragraph (b)(4) of general condition 32). The district engineer will evaluate the PCN in accordance with Section D, "District Engineer's Decision.' The district engineer may require mitigation to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see general condition 23). 2021 Nationwide Permit General Conditions Note: To qualify for NWP authorization the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case -specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs or who is currently relying on an existing or prior permit authonzation under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on n avigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations o r otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his or her authorized representative said structure or work shall cause unreasonable obstruction to the free n avigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used, then the crossing should be designed and constructed to minimize adverse effects to aquatic life movements. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, u nless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). 7. Water Supply Intakes No activity may occur in the proximity of a public water supply intake except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable the pre -construction course, condition, capacity and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre -construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12 Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low - flow or no -flow, or during low tides 13. Removal of Temporary Structures and Fills. Temporary structures must be removed, to the maximum extent practicable, after their use has been discontinued. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity -specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Protect. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre -construction notification (see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. Permittees shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify designated critical habitat or critical habitat proposed for such designation. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the consequences of the proposed activity on listed species or critical habitat has been completed. See 50 CFR 402.02 for the definition of "effects of the action" for the purposes of ESA section 7 consultation, as well as 50 CFR 402 17, which provides further explanation under ESA section 7 regarding "activities that are reasonably certain to occur and "consequences caused by the proposed action." (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA (see 33 CFR 330.4(f)(1)). If pre -construction notification is required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed such designation) might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat or critical habitat proposed for such designation and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered or threatened species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation), the pre -construction notification must include the name(s) of the endangered or threatened species (or species proposed for listing) that might be affected by the proposed activity or that utilize the designated critical habitat (or critical habitat proposed for such designation) that might be affected by the proposed activity. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non -Federal applicant of the Corps' determination within 45 days of receipt of a complete pre - construction notification For activities where the non -Federal applicant has identified listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation) that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have "no effect' on listed species (or species proposed for listing or designated critical habitat (or critical habitat proposed for such designation), or until ESA section 7 consultation or conference has been completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation or conference with the FWS or NMFS the district engineer may add species -specific permit conditions to the NWPs. (e) Authorization of an activity by an NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the FWS or the NMFS, the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section 10(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity, the non-federal applicant should prov'de a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B) permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre -construction notification whether the ESA section 10(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://www fws.gov/ or http://www.fws.gov/ipac and http://www.nmfs.noaa.gov/pr/species/esa/ respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for ensuring that an action authorized by an NWP complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting the appropriate local office of the U.S. Fish and Wildlife Service to determine what measures, if any, are necessary or appropriate to reduce adverse effects to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) No activity is authorized under any NWP which may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)(1)). If pre -construction notification is required for the proposed NWP activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties For such activities, the pre -construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)) When reviewing pre - construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts commensurate with potential impacts, which may include background research, consultation, oral history interviews, sample field investigation, and/or field survey. Based on the information submitted in the PCN and these identification efforts, the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800 2(c) when he or she makes any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. (d) Where the non -Federal applicant has identified historic properties on which the proposed NWP activity might have the potential to cause effects and has so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre -construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required, the district engineer will notify the non - Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA (54 U.S.C. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. Permittees that discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by an NWP, they must immediately notify the district engineer of what they have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA- managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, 52, 57 and 58 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed by permittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one -for -one ratio will be required for all wetland losses that exceed 1/10-acre and require pre -construction notification, unless the district e ngineer determines in writing that either some other form of mitigation would be more e nvironmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) Compensatory mitigation at a minimum one -for -one ratio will be required for all losses of stream bed that exceed 3/100-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. This compensatory mitigation requirement may be satisfied through the restoration or enhancement of riparian areas next to streams in accordance with paragraph (e) of this general condition. For losses of stream bed of 3/100-acre or less that require pre -construction notification, the district engineer may determine on a case - by -case basis that compensatory mitigation is required to ensure that the activity results in o nly minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult -to -replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to o pen waters. In some cases the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required If restoring riparian areas involves planting vegetation, only native species should be planted. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district e ngineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs, the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in -lieu fee program credits (see 33 CFR 332.3(b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in -lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2) The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f).) (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332 4(c)(2) through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332 3(k)(3)). If permittee- responsible mitigation is the proposed option, and the proposed compensatory mitigation site is located on land in which another federal agency holds an easement, the district engineer will coordinate with that federal agency to determine if proposed compensatory mitigation project is compatible with the terms of the easement. (5) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan needs to address only the baseline conditions at the impact site and the number of credits to be provided (see 33 CFR 332 4(c)(1)(ii)). (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2- acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in -lieu fee programs, or permittee-responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state or federal, dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. (a) Where the certifying authority (state authorized tribe, or EPA, as appropriate) has not previously certified compliance of an NWP with CWA section 401, a CWA section 401 water quality certification for the proposed discharge must be obtained or waived (see 33 CFR 330.4(c)). If the permittee cannot comply with all of the conditions of a water quality certification previously issued by certifying authority for the issuance of the NWP, then the permittee must obtain a water quality certification or waiver for the proposed discharge in order for the activity to be authorized by an NWP. (b) If the NWP activity requires pre -construction notification and the certifying authority has not previously certified compliance of an NWP with CWA section 401 the proposed discharge is not authorized by an NWP until water quality certification is obtained or waived. If the certifying authority issues a water quality certification for the proposed discharge, the permittee must submit a copy of the certification to the district engineer. The discharge is not authorized by an NWP until the district engineer has notified the permittee that the water quality certification requirement has been satisfied by the issuance of a water quality certification or a waiver. (c) The district engineer or certifying authority may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). If the permittee cannot comply with all of the conditions of a coastal zone management consistency concurrence previously issued by the state, then the permittee must obtain an individual coastal zone management consistency concurrence or presumption of concurrence in order for the activity to be authorized by an NWP. The district engineer or a state may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its CWA section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is authorized, subject to the following restrictions: (a) If only one of the NWPs used to authorize the single and complete project has a specified acreage limit, the acreage loss of waters of the United States cannot exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. (b) If one or more of the NWPs used to authorize the single and complete project has specified acreage limits, the acreage loss of waters of the United States authorized by those NWPs cannot exceed their respective specified acreage limits. For example, if a commercial development is constructed under NWP 39, and the single and complete project includes the filling of an upland ditch authorized by NWP 46, the maximum acreage loss of waters of the United States for the commercial development under NWP 39 cannot exceed 1/2-acre, and the total acreage loss of waters of United States due to the NWP 39 and 46 activities cannot exceed 1 acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in - lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3) to confirm that the permittee secured the appropriate number and resource type of credits, and (c) The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31. Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires review by, or permission from, the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USAGE) federally authorized Civil Works project (a "USACE project"), the prospective permittee must submit a pre -construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission and/or review is not authorized by an NWP until the appropriate Corps office issues the section 408 permission or completes its review to alter, occupy, or use the USAGE project, and the district engineer issues a written NWP verification. 32. Pre -Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre -construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)) has been completed. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s) the prospective permittee wants to use to authorize the proposed activity; (4) (i) A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre - construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. (ii) For linear projects where one or more single and complete crossings require pre - construction notification, the PCN must include the quantity of anticipated losses of wetlands other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters (including those single and complete crossings authorized by an NWP but do not require PCNs). This information will be used by the district engineer to evaluate the cumulative adverse environmental effects of the proposed linear project, and does not change those non-PCN NWP activities into NWP PCNs. (iii) Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (5) The PCN must include a delineation of wetlands other special aquatic sites, and other waters, such as lakes and ponds, and perennial and intermittent streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45-day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 1/10-acre of wetlands or 3/100-acre of stream bed and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7) For non-federal permittees, if any listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation) might be affected or is in the vicinity of the activity or if the activity is located in designated critical habitat (or critical habitat proposed for such designation), the PCN must include the name(s) of those endangered or threatened species (or species proposed for listing) that might be affected by the proposed activity or utilize the designated critical habitat (or critical habitat proposed for such designation) that might be affected by the proposed activity. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8) For non-federal permittees, if the NWP activity might have the potential to cause effects to a historic property listed on determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the "study river" (see general condition 16); and (10) For an NWP activity that requires permission from, or review by, the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre -construction notification must include a statement confirming that the project proponent has submitted a written request for section 408 permission from, or review by, the Corps office having jurisdiction over that USAGE project. (c) Form of Pre -Construction Notification: The nationwide permit pre -construction notification form (Form ENG 6082) should be used for NWP PCNs. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) Agency coordination is required for: (i) all NWP activities that require pre -construction notification and result in the loss of greater than 1/2-acre of waters of the United States; (it) NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iii) NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3) When agency coordination is required, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (FWS, state natural resource or water quality agency, EPA, and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site -specific comments. The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre -construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure that the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (5) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre -construction notifications to expedite agency coordination. 2021 District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP, the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the single and complete crossings of waters of the United States that require PCNs to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings of waters of the United States authorized by an NWP. If an applicant requests a waiver of an applicable limit, as provided for in NWPs 13, 36, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by an NWP and whether those cumulative adverse environmental effects are no more than minimal. The district engineer will also consider site specific factors such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional or condition assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse environmental effects determination. The district engineer may add case -specific special conditions to the NWP authorization to address site -specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1/10-acre of wetlands or 3/100-acre of stream bed, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters. The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332 3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure that the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity (after consideration of the mitigation proposal) are determined by the district engineer to be no more than minimal, the district engineer will provide a timely written response to the applicant. The response will state that the NWP activity can proceed under the terms and conditions of the NWP, including any activity -specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal, then the district engineer will notify the applicant either: (a) that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or (c) that the activity is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse environmental effects, the activity will be authorized within the 45-day PCN period (unless additional time is required to comply with general conditions 18, 20, and/or 31) with activity -specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant submit a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. 2021 Further Information 1. District engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project (see general condition 31). 2021 Nationwide Permit Definitions Best management practices (BMPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation: The restoration (re-establishment or rehabilitation), establishment (creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects* Effects that are caused by the activity and occur at the same time and place. Discharge The term "discharge" means any discharge of dredged or fill material into waters of the United States. Ecological reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference may be based on the structure, functions, and dynamics of an aquatic habitat type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be restored, enhanced, or established as a result of the proposed NWP 27 activity. An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s) Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s) Enhancement does not result in a gain in aquatic resource area. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non -linear project in the Corps Regulatory Program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi -phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility Indirect effects Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling flooding, excavation, or drainage because of the regulated activity. The loss of stream bed includes the acres of stream bed that are permanently adversely affected by filling or excavation because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters or wetlands for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre -construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Navigable waters: Waters subject to section 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters Non -tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non -emergent, sparse, or absent. Vegetated shallows are considered to be open waters Examples of "open waters' include rivers, streams, lakes, and ponds. Ordinary High Water Mark: The term ordinary high water mark means that line on the shore established by the fluctuations of water and indicated by physical characteristics such as a clear, natural line impressed on the bank, shelving, changes in the character of soil destruction of terrestrial vegetation, the presence of litter and debris, or other appropriate means that consider the characteristics of the surrounding areas. Perennial stream: A perennial stream has surface water flowing continuously year-round during a typical year. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre -construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that 'ncludes information about the proposed work and its anticipated environmental effects. Pre -construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre -construction notification may be voluntarily submitted in cases where pre - construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine -marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects nverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non -wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) S hellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. S ingle and complete linear project: A linear project is a project constructed for the purpose of getting people goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the U nited States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc. are not separate waterbodies, and crossings of such features cannot be considered separately. S ingle and complete non -linear project: For non -linear projects, the term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non -linear project must have independent utility (see definition of "independent utility"). Single and complete non -linear projects may not be "piecemealed" to avoid the limits in an NWP authorization. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed but outside of the ordinary high water marks, are not considered part of the stream bed Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized jurisdictional stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute, judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a "water of the United States." If a wetland is adjacent to a waterbody determined to be a water of the United States, that waterbody and any adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). The following regional conditions apply within the Fort Worth District 1. Notification to the appropriate District Engineer in accordance with Nationwide Permit General Condition 32 - Pre -Construction Notification (PCN) is required for all activities proposed for authorization by any NWP into the below listed ecologically unique and sensitive areas located within waters of the United States. The Corps will coordinate with the resource agencies as specified in NWP General Condition 32(d)(3). a. Pitcher plant bogs ((Sarracenia spp.) and/or sundews (Drosera spp.) and/or Bald Cypress/Tupelo swamps ((Taxodium distichum) and/or water tupelo (Nyssa aquatica)). b. Karst Zones 1 and 2 located in Bexar, Travis and Williamson Counties (see https://www.fws.gov/southwest/es/AustinTexas/Maps Data.html ). c. Caddo Lake and associated areas that are designated as "Wetland of International Importance" under the Ramsar Convention (see http.//caddolakedata.us/media/145/1996caddolakeramsar.pdf or http.//caddolakedata.us/media/144/1996caddolakeramsar.jpq ). d. Reaches of rivers (and their adjacent wetlands) that are included in the Nationwide Rivers Inventory (see https://www.nps.gov/subjects/rivers/nationwide-rivers-inventory.htm ). 2. For all activities proposed for authorization under any NWP at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in - lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the Nationwide Permit General Condition 32 - PCN prior to commencing the activity. ADDITIONAL INFORMATION This nationwide permit is effective March 15, 2021, and expires on March 14, 2026. Information about the U S. Army Corps of Engineers regulatory program, including nationwide permits, may also be found at http://www.swf.usace.army.mil/Missions/Regulatory.aspx and http://www.usace.army.mil/Missions/CivilWorks/RegulatoryProgramandPermits.aspx Jon Niermann, Chairman Emily Lindley, Commissioner Bobby Janecka, Commissioner Toby Baker, Executive Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and Preventing Pollution December 18, 2020 Colonel Timothy R Vail Galveston District U S Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USAGE Nationwide Permits Reissuance Dear Colonel Vail: This letter is in response to your October 19, 2020, letter requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (Corps) Nationwide Permits (NWPs). The Proposal to Reissue and Modify Nationwide Permits was published in the Federal Register (Vol. 85, No. 179, pages 57298-57395) on September 15, 2020. Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 (Corps Galveston District) and October 1, 2020 (Corps Fort Worth District). The Texas Commission on Environmental Quality (TCEQ) has reviewed the Proposal to Reissue and Modify Nationwide Permits and the proposed regional conditions. On behalf of the Executive Director and based on our evaluation of the information contained in these documents, the TCEQ certifies that any discharge associated with the activities authorized by NWPs 1, 2, 4, 5, 8, 9, 10, 11, 20, 23, 24, 28, 34, 35, 48, A, and B will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code (TAC), Chapter 279. The TCEQ conditionally certifies that any discharge associated with the activities authorized by NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279. Conditions for each NWP are defined in Attachment 1 and more detail on specific conditions is given below, including information explaining why the condition is necessary for compliance with water quality requirements as well as the supporting regulatory authorizations. Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 2 The TCEQ understands that a prohibition against the use of NWPs (except for NWP 3) in coastal dime swales, mangrove marshes, and Columbia Bottomlands in the Galveston District is included in the Draft 2020 Nationwide Permit (NWP) Regional Conditions for the State of Texas (Regional Conditions). A prohibition of using NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District is a condition of this TCEQ 401 certification. This condition is necessary to ensure compliance with water quality requirements because impacts to rare and ecologically significant aquatic resources such as coastal dune swales, mangrove marshes, and Columbia bottomlands would not be considered minimal but significant, and therefore would not meet the purpose of a nationwide permit to authorize activities that will result in no more than minimal adverse environmental effects. Furthermore, activities that would result in impacts to these unique resources are more appropriately authorized under an individual permit to ensure that unavoidable impacts are adequately minimized (30 TAC §279.11(c)(2)) and mitigated (30 TAC §279.11(c)(3) and 30 TAC §307.4(i)). The TCEQ wants to clarify the application of NWP 16 in Texas. NWP 16 should be limited to the return water from upland contained dredged material disposal areas. It is important to emphasize the intent for dredged material disposal The TCEQ understands dredged material to be associated with navigational dredging activities, not commercial raining activities. To avoid confusion, the TCEQ requests that a regional condition be added or that the Corps commits to prohibiting the use of NWP 16 for activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining). Consistent with previous NWPs certification decisions, the TCEQ is conditionally certifying NWP 16 for the return water from confined upland disposal not to exceed a 300 mg/L total suspended solids (TSS) concentration This condition is necessary to ensure that return water discharges will comply with water quality requirements in accordance with Texas Water Code §26.003 and antidegradation policy in 30 TAC §307.5, and not result in violations of general water quality criteria in 30 TAC 307.4(b)(2)-(5). The TCEQ encourages the Corps to consider that TSS limits are promulgated as effluent limits under Title 40 of the Code of Federal Regulations, and that the TCEQ effectively imposes TSS effluent limits in thousands of wastewater discharge permits issued in Texas under Section 402 of the federal Clean Water Act. The TCEQ recognizes the usefulness of having an instantaneous method to determine compliance with the 300 mg/L TSS limit. However, existing literature and analysis of paired samples of turbidity and TSS from the Texas Surface Water Quality Information System indicate this relationship must be a site -specific characterization of the actual sediments to be dredged. To address this approach, we have continued language in the NWP 16 conditional certification that allows flexibility to use an instantaneous method in implementing the TSS limit when a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. The TCEQ remains interested in working with the Corps in the development of these curves and in working together to find the best methods to implement this limit. Colonel Timothy Vail U.S. Army Coips of Engineers USACE Nationwide Permits Page 3 Regional Condition 17 applies to NWP authorizations in the Area of Concern (AOC) of the San Jacinto River Waste Pits Superfund Site. The TCEQ conditionally certifies Regional Condition 17 provided that the Permit Evaluation Requirement Process (Process), effective November 1, 2009, is adhered to for all proposed and existing permits within the AOC. The Process requires that all permit applicants and existing permittees within the AOC perform sampling to ensure that any activities conducted, especially activities involving dredging or disposal of dredged materials, do not impact site investigation and remediation and that existing water quality is maintained and protected in accordance with the Texas Water Code §26.003 and TCEQ antidegradation policy in 30 TAC §307.5. The TCEQ is conditionally certifying NWP General Condition 12 Soil Erosion and Sediment Controls, and General Condition 25 Water Quality. The conditions address three broad categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category. These BMP conditions are necessary to enhance the water quality protection of these General Conditions by requiring the use of specific BMPs to control erosion, sedimentation, and/or post -construction TSS in permitted activities and therefore prevent violation of state general water quality criteria (30 TAC §307.4) and antidegradation policy (30 TAC §307.5). Runoff from bridge decks has been exempted from the requirement for post -construction TSS controls under General Condition 25. A list of TCEQ-recommended BMPs is included as Attachment 2. Attachment 3 is provided as a quick reference table identifying the BMP categories that are required for each NWP. A detailed description of the BMPs is provided in Attachment 4. The Corps is proposing to remove the 300 linear foot (LF) limit for NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52, in part, to simplify the quantification of aquatic resource types (i e., streams, wetlands, etc.) by using acreage as the preferred unit of measure. Removing the stream bed loss limit would mean that stream losses associated with activities covered by these 10 NWPs would only be limited by the existing'A-acre limit on overall impacts to waters of the U.S. This could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The TCEQ has traditionally relied on and used linear feet as the preferred unit of measure of stream impacts and stream mitigation in our Section 401 water quality certification program. Therefore, the TCEQ does not support the proposed removal of the 300 LF stream bed loss limit in these NWPs and conditionally certifies NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 with a limit of 1,500 linear feet of stream bed loss. The condition is based on the amount of stream impacts considered minimal by the TCEQ, where certification is waived for projects impacting 1,500 LF of streams or less in accordance with the Memorandum of Agreement (August 2000) between the Corps and TCEQ. Any proposed impacts greater than 1,500 linear feet of impacts in stream length will need to undergo an individual TCEQ 401 certification review, preferably in the context of a Section 404 individual permit. This condition is necessary to ensure that the discharge associated with projects permitted using these 10 NWPs will comply with water quality requirements for aquatic life uses and habitat (30 TAC 307.4(i)), antidegradation implementation procedures (30 TAC Colonel Timothy Vail U.S. Army Coips of Engineers USACE Nationwide Permits Page 4 307.5(c)(1)(B), and minimization and mitigation requirements in 30 TAC 279.11(c)(2) and (3), as well as be consistent with the NWP goal of authorizing only minimal adverse environmental impacts. This certification decision is limited to those activities under the jurisdiction of the TCEQ. For activities related to the production and exploration of oil and gas, a Railroad Commission of Texas certification is required as provided in the Texas Water Code §26.131. The TCEQ has reviewed the Notice of Reissuance of Nationwide Permits for consistency with the Texas Coastal Management Program (CMP) goals and policies in accordance with the CMP regulations {Title 31, Texas Administrative Code (TAC), Chapter (§)505.30} and has determined that the action is consistent with the applicable CMP goals and policies. This certification was reviewed for consistency with the CMP's development in critical areas policy {31 TAC §501.23} and dredging and dredged material disposal and placement policy {31 TAC §501.25}. This certification complies with the CMP goals {31 TAC §501.12(1, 2, 3, S)} applicable to these policies. The TCEQ reserves the right to modify this certification if additional information identifies specific areas where significant impacts, including cumulative or secondary impacts, are occurring, and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. If you require further assistance, please contact Ms I ili Murphy, Water Quality Assessment Section, Water Quality Division (MC-150), at (512) 239-4595 or by email at lili.mtirphy@tceq.texas.gov. Sincerely, D.J. to cal David W. Galindo, Deputy Director Water Quality Division Texas Commission on Environmental Quality DWG/LM/ Attachments Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 5 ccs: Mr. Joseph McMahan, U.S. Army Corps of Engineers Galveston District via e-mail at Joseph.a.mcmahan(a�usace.armv.mil Ms. Kristi McMillan U.S. Army Corps of Engineers Galveston District via e-mail at Kristi.N.McMillan(a�usace.armv.mil Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers Fort Worth District via e-mail at Stephen.Brooks@usace.army.mil Ms. Allison Buchtien,and Mr. Jesse Solis, Texas General Land Office via e-mail at Federal Consistency@glo.texas.gov Ms. Leslie Savage, Texas Railroad Commission via e-mail at Leslie.Savage@RRC.texas.gov Branch Chief, U.S. Army Corps of Engineers, Albuquerque District, 4101 Jefferson Plaza NE, Room 313, Albuquerque, New Mexico 87109-343 5 Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch CESWT- PE-R, 1645 South 10P East Avenue, Tulsa, Oklahoma, 74128 Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office, CESPA-OD-R-EP, P.O. Box 6096, Fort Bliss, Texas 79906-6096 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control best management practices (BMPs) are required with the use of this general condition. Attachment 2 describes the BMPs and the Nationwide Permits (NWPs) to which they apply. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Quality) Post -construction total suspended solids (TSS) BMPs are required with the use of this general condition. Attachment 2 describes the BMPs and the NWPs to which they apply. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. Bridge deck runoff is exempt from this requirement Regional Condition 17 condition The Permit Evaluation Requirement Process, effective November 1, 2009, is required for all proposed and existing permits within San Jacinto River Waste Pits Superfund Site Area of Concern. All NWPs except for NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 6 (Survey Activities) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 12 (Oil or Natural Gas Pipeline Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required NWP 13 (Bank Stabilization) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 14 (Linear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required NWP 15 (U.S. Coast Guard Approved Bridges) Soil Erosion and Sediment Controls under General Condition 12 are required Revised December 18, zozo Page i of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 16 (Return Water From Upland Contained Disposal Areas) Activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining) are not eligible for this NWP. Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 17 (Hydropower Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 19 (Minor Dredging) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 21 (Surface Coal Mimng Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 22 (Removal of Vessels) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 27 (Aquatic Habitat Restoration, Establishment, and Enhancement Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 29 (Residential Developments) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required Stream bed losses are limited to 1,500 linear feet. NWP 30 (Moist Soil Management for Wildlife) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 31 (Maintenance of Existing Flood Control Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Revised December 18, 202o Page 2 of 4 1FNRm 9m Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 32 (Completed Enforcement Actions) Soil Eiosion and Sediment Controls under General Condition 12 are required NWP 33 (Temporary Construction, Access and Dewatenng) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 36 (Boat Ramps) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required NWP 37 (Emergency Watershed Protection and Rehabilitation) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 39 (Commercial and Institutional Developments) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 40 (Agricultural Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 41 (Reshaping Existing Drainage Ditches and Irrigation Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 42 (Recreational Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 43 (Stormwater Management Facilities) Soil Eiosion and Sediment Controls under General Condition 12 are required. Stream bed losses are limited to 1,500 linear feet. NWP 44 (Minmg Activities) Soil Eiosion and Sediment Controls under General Condition 12 are required Post- constiuction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. Revised December 18, 2020 Page 3 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 45 (Repair of Uplands Damaged by Discrete Events) Soil Eiosion and Sediment Controls under General Condition 12 are required. Post- constiuction TSS controls under General Condition 25 are required. NWP 46 (Discharges in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 49 (Coal Renmmng Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 50 (Underground Coal Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 51 (Land -Based Renewal Energy Generation Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 52 (Water -Based Renewal Energy Generation Pilot Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet NWP 53 (Removal of Low -Head Darns) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 54 (Living Shorelines) Sediment Controls under General Condition 12 are required NWP C (Electric Utility Line and Telecommunications Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP D (Utility Line Activities for Water and Other Substances) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP E (Water Reclamation and Reuse Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required Revised December 18, 2020 Page 4 of 4 Attachment 2 4oi Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following best management practices (BMPs) must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Temporary Vegetation o Blankets/Matting o Mulch o Sod o Interceptor Swale o Diversion Dike o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks II. Sedimentation Control Prior to project imtiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following I3MPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Sand Bag Berm o Rock Berm o Silt Fence o Hay Bale Dike o Triangular Filter Dike o Brush Berms o Stone Outlet Sediment Traps o Sediment Basins o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks December 18, 2ozo Page i of 2 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits III Post -Construction TSS Control After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18, 21, 29, 31, 36, 39, 40, 41, 42, 44, 45, 49, 50, 51, 52, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation Systems o Extended Detention Basin o Vegetative Filter Strips o Grassy Swales o Erosion Control Compost o Compost Filter Socks o Constructed Wetlands o Wet Basins o Vegetation lined drainage ditches o Sand Filter Systems o Mulch Filter Socks o Sedimentation Chambers* o Only to be used when there is no space available for other approved BMPs. December 18, 2020 Page 2 of 2 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Control Post -Construction TSS Control 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance X X 4 Fish and Wildlife Harvesting, Attraction Devices and Enhancement and Activities 5 Scientific Measurement Devices 6 Survey Activities Trenching X X 7 Outfall Structures and Associated Intake Structures X X 8 Oil and Gas Structures on the Outer Continental Shelf 9 Structures in Fleeting and Anchorage Areas 10 Mooring Buoys 11 Temporary Recreational Structures 12 Oil or Natural Gas Pipeline Activities X X X 13 Bank Stabilization X X 14 Linear Transportation Projects X X X 15 U.S. Coast Guard Approved Bridges X X 1 G Return Water From Disposal Areas Upland Contained 17 Hydropower Projects X X X 18 Minor Discharges X X X 19 Minor Dredging X X 20 Response Operations for Oil or Hazardous Substances 21 Surface Coal Mining Activities X X X 22 Removal of Vessels X X Revised December 18, 2020 Page 1 of3 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post -Construction TSS 23 Approved Categorical Exclusions 24 Indian Tribe or State Administered Section 404 Programs 25 Structural Discharges X X 26 [Reserved] 27 Aquatic Habitat Restoration, Establishment, and Enhancement Activities X X 28 Modifications of Existing Marinas 29 Residential Developments X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood Control Facilities X X X 32 Completed Enforcement Actions X X 33 Temporary Construction, Access and Dewatering X X 34 Cranberry Production Activities 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic Waste X X 39 Commercial and Institutional Developments X X X 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches and Irrigation Ditches X X X 42 Recreational Facilities X X X 43 Stormwater X X Management Facilities Revised Decen her 18, 2020 Page 2 of 3 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post -Construction TSS 44 Mining Activities X X X 45 Repair of Uplands Damaged by Discrete X X X Events 46 Discharges in Ditches X X 47 [Reserved] 48 Existing Commercial Shellfish Aquaculture Activities 49 Coal Remining Activities X X X 50 Underground Coal Mining Activities X X X 51 Land -Based Renewable Facilities Energy Generation X X X 52 Water -Based Generation Renewable Energy X X X Pilot Projects 53 Removal of Low -Head Dams X X 54 Living Shorelines X c Electric Utility Telecommunications Line and Activities X X X D Utility Line Activities for Water and Other X X X Substances E Water Reclamation and Reuse Facilities X X X Revised December IR, 2020 Page 3 of 3 Attachment 4 Description of Best Management Practices (BMPs) EROSION CONTROL BMPs Temporary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively seduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion December 18, 2o20 Page of 35 Attachment 4 Description of Best Management Practices (BMPs) on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor wales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be appi oved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at https //www.txdot.gov/inside-txdot/division/maintenance/erosion-control.html which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross- section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it horn erosive forces and to conserve soil moisture until plants can become December 18, 2020 Page 2 of 35 Attachment 4 Description of Best Management Practices (BMPs) established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should he applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. Page 3 of 35 December i8, 2020 Attachment 4 Description of Best Management Practices (BMPs) • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation• • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. December 18, 2020 Page 4 of 35 Attachment 4 Description of Best Management Practices (BMPs) Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment - laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24-hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. • Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting Check darns are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. December i8, 2o2o Page 5 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd2, a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation' • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density. • The channel, which is formed by the dike, must have positive drainage for its entire 1 length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. December 18, 2020 Page 6 of 35 Attachment 4 Description of Best Management Practices (BMPs) Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and § 3 3 2.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting pi ocess. Numerous parameters that might be of concern in compost can be tested by following protocols December 18, 2020 Page 7 of 35 Attachment 4 Description of Best Management Practices (BMPs) or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tinecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTes tingAssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment h om disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Ti ansportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standai ds and compost specification December 18, 2020 Page 8 of 35 Attachment 4 Description of Best Management Practices (BMPs) data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined m TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 9 of 35 Attachment 4 Description of Best Management Practices (BMPs) SEDIMENT CONTROL BMPS Sandbag Berm Description• The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sandbag berm. Sediment carried in the runoff is deposited on the upstream side of the sandbag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sandbag berm. Sandbag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i e , utility construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sandbag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 4() pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. December 18, 2020 Page io of 35 Attachment 4 Description of Best Management Practices (BMPs) • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed, silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. December 18, 2020 Page ii of 35 Attachment 4 Description of Best Management Practices (BMPs) • Woven wire backing to support the fabric should be galvanized 2-inch x 4 inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is 3 acre/100 feet of fence • The toe of the silt fence should be trenched in with a spade or mechanical trencher, so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e g , pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backf fled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-foot overlap, secm'ely fastened where ends of fabric meet Triangular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water -borne sediment from unprotected areas of limited extent The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. December 18, 2020 Page 12 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceedmg 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6-gauge welded wire mesh, 18 inches per side, and wrapped with geotextffe fabric the same composition as that used for silt fences • Filter material should lap over ends six (6) inches to cover dike to dike junction; each junction should be secured by shoat rings. • Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt maybe toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but are able to withstand higher flows than a December i8, 202o Page 13 of 35 Attachment 4 Description of Best Management Practices (BMPs) silt fence. As such, rock berms are often used in areas of channel flows (ditches, gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line The sheathing should be 20-gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Description The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. December 18, 2020 Page 14 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation• • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour • The first stake in each bale should be angled toward the previously laid bale to force the bales together Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. December 18, 2020 Page 15 of 35 Attachment 4 Description of Best Management Practices (BMPs) Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one-fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50 percent (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4-inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled, and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6- December 18, 2020 Page i6 of 35 Attachment 4 Description of Best Management Practices (BMPs) foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. December 18, 2o2o Page 17 of 35 Attachment 4 Description of Best Management Practices (BMPs) • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. December 18, 2020 Page i8 of 35 Attachment 4 Description of Best Management Practices (BMPs) Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spilhvay to the normal watercourse at the base of the embankment • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the December 18, 2020 Page 19 o(35 Attachment 4 Description of Best Management Practices (BMPs) emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao = As x 217 Cd x 980,000 Where: Ao = Area of the de -watering hole, ft 2 As = Surface area of the basin, ft 2 Cd = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection December 18, 2020 Page 20 of 35 Attachment 4 Description of Best Management Practices (BMPs) Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the December 18, 2020 Page 21 of 35 Attachment 4 Description of Best Management Practices (BMPs) perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met foi any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standai ds and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. December 18, 2020 Page 22 of 35 Attachment 4 Description of Best Management Practices (BMPs) TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). • Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 23 of 35 Attachment 4 Description of Best Management Practices (BMPs) POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Description Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/irrigation practice but should be operated and sized to provide adequate volume This technology, which emphasizes beneficial use of stormwater runoff, is particularly appropriate for arid regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations• Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement, it is possible to achieve these two objectives in a single facility Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin December t 8, 2020 Page 24 of 35 Attachment 4 Description of Best Management Practices (BMPs) configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal Vegetative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low -density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips. These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope December 18, 2020 Page 25 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or December 18, 2020 Page 26 of 35 Attachment 4 Description of Best Management Practices (BMPs) rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates, and establishment of vegetation may be difficult The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micro pools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in arid climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to December 18, 2020 Page 27 of 35 Attachment 4 Description of Best Management Practices (BMPs) maintain the permanent pool, especially during the summer months Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. Grassy Swales Descriptorr Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. December 18, 2020 Page 28 of 35 Attachment 4 Description of Best Management Practices (BMPs) Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Description: Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets December 18, 2020 Page 29 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is December IS, 2020 Page 30 of 35 Attachment 4 Description of Best Management Practices (BMPs) withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Sand Filter Systems Description: The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. Since their original inception in Austin, Texas, hundreds of inteimittent sand filters have been implemented to treat stormwater runoff. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austm Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space -limited areas • Applicable in arid climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency December 18, 2020 Page 31 of 35 Attachment 4 Description of Best Management Practices (BMPs) Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEO) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials of for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used foi ECC to ensure that the products used will not impact public health, safety, and the environment and December 18, 2020 Page 32 of 35 Attachment 4 Description of Best Management Practices (BMPs) to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to Intel cept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at December 18, 2020 Page 33 of 35 Attachment 4 Description of Best Management Practices (BMPs) https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostmgcouncil.org/page/SealofTes tingAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. December 18, 2020 Page 34 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. December 18, 2020 Page 35 of 35 CHRISTI CRADDICK, CHAIRMAN RYAN SITTON, COMMISSIONER WAYNE CHRISTIAN, COMMISSIONER DANNY SORRELLS ASSISTANT EXECUTIVE DIRECTOR DIRECTOR, OIL AND GAS DIVISION LESLIE SAVAGE, P.G. CHIEF GEOLOGIST RAILROAD COMMISSION OF TEXAS OIL AND GAS DIVISION December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance NPWs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, 46, D and E Dear Colonel Vail: This letter is in response to your letter dated October 19, 2020, requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (USACE) Nationwide Permits (NWPs), notification of which was published in the September 15, 2020, issue of the Federal Register (85 FR 57298). Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 and October I, 2020. Texas Natural Resources Code, §91.101, and Texas Water Code, §26.131, grant the RRC jurisdiction for water quality certifications for federal permits covering activities associated with the exploration, development, and production, including pipeline transportation, of oil, gas or geothermal resources that may result in discharges to waters of the United States. No person may conduct any activity subject to RRC jurisdiction pursuant to a USACE permit if that activity may result in a discharge into to waters of the United States within the boundaries of the State of Texas, unless the RRC has first issued a certification or waiver of certification under 16 Texas Administrative Code §3.93 (Rule 93). Although the RRC is responsible for water quality certification of activities under the jurisdiction of the RRC, the Texas Commission on Environmental Quality (TCEQ) establishes the Texas Water Quality Standards. This certification is limited to those activities under the jurisdiction of the RRC. For all other activities, the TCEQ will issue the certification as provided in Texas Water Code §26.131. This office has reviewed the following proposed NWPs: 2 (Structures in Artificial Canals), 3 (Maintenance), 6 (Survey Activities), 7 (Outfall Structures and Associated Intake Structures), 8 (Oil and Gas Structures on the Outer Continental Shelf), 12 (Utility Line Activities), 14 (Linear Transportation Projects), 16 (Return Water From Upland Contained Disposal Areas), 18 (Minor Discharges), 19 (Minor Dredging), 20 (Oil Spill Cleanup), 25 (Structural Discharges), 38 (Cleanup of Hazardous and Toxic Waste), 43 (Stormwater Management Facilities), 46 Colonel Timothy R. Vail 2020 USAGE Nationwide Permits Reissuance December 18, 2020 (Discharges in Ditches), D (Utility Line Activities for Water and Other Substances), and E (Water Reclamation and Reuse Facilities). Based on our evaluation of the information contained in these documents, the RRC certifies that the activities authorized by NWPs 2, 8, 20, and E should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 Texas Administrative Code (TAC) §3.93. The RRC conditionally certifies that the activities authorized by NWPs 3, 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 TAC §3.93. Conditions for each NWP are defined in Attachment 1, in accordance with Texas Water Code, §26.003 and 30 TAC §307.5(a), which establish the antidegradation policy. The antidegradation policy and implementation procedures apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Conditions for NWPs 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D: Certification of these NWPs is conditioned on inclusion of a prohibition on the use of these NWPs in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District. Impacts to rare and ecologically significant coastal dune swales, mangrove marshes, and Columbia bottomlands, would not be considered minimal. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 12 and NWP D: Certification on NWP 12 and NWP D is conditioned on a prohibition on mechanized land clearing in forested wetlands. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 16: Certification of NWP 16 is conditioned on inclusion of a limit of 300 mg/L total suspended solids (TSS) concentration on the return water from upland contained dredged material disposal areas. This lunit is promulgated as an effluent limit under Title 40 of 2 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 the Code of Federal Regulations. The requirement has also been included in individual 404 permits. The RRC is conditionally certifying NWP General Condition #12 Soil Erosion and Sediment Controls, and General Condition #25 Water Quality. The conditions address three categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category intended to enhance the water quality protection. A list of recommended BMPs is included as Attachment 2. The BMPs identified in Attachment 2 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Attachment 3 is provided as a reference for all NWPs. A detailed description of the BMPs is provided in Attachment 4. These BMPs should be included for the protection of waters in the state specific to each NWP as part of the regional conditions for Texas. The conditions identified in Attachment 3 and 4 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. USACE is proposing to remove the 300 linear foot limit for NWP 43 and quantify impacts to streams using a'h-acre limit. Removal of the 300 linear foot limit would also remove the waiver requirement for proposed impacts to streams greater than 300 linear feet. The RRC is concerned about the potential adverse impact to state aquatic resources of the proposed removal of the 300 linear foot limit on stream bed losses. Removing the stream loss limit would mean that stream losses associated with activities covered by this NWP would only be limited by the existing 1/2 - acre limit on overall impacts to waters of the U.S., which could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The RRC conditionally certifies this NWP with a cap of 1,500 linear feet on the stream length impacted based on the amount of stream impacts considered minimal by the state. The greater than minimal loss of stream length would result in significant loss of aquatic habitat and degradation of water quality per the state's Antidegradation Policy (30 TAC §307.4(i)) for aquatic life uses and habitat, where vegetative and physical components of the aquatic environment must be maintained or mitigated to protect aquatic life uses. Certification of General Condition 23 Mitigation is conditioned to require USACE to copy RRC on any written notification of a mitigation waiver so that RRC may fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. By letter dated November 14, 2020, the Texas Parks and Wildlife Department (TPWC) provided substantive recommendations. TPWD commented that the proposal to replace the 300 linear Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 foot limit with a half -acre limit would greatly increase the amount of stream subject to impact without PCN and the length of stream allowed to be impacted under a NWP. TPWD recommended that Regional Condition 10 be revised to include resource agency coordination for any proposed discharges into mangrove forests or coastal dune swales. TPWD recommended new Regional Conditions for NWP 3, 6, and 12 include PCN for activities that include general conditions for aquatic life movement, shellfish beds, adverse effects from impoundments, endangered species, designated critical resource waters and notice of fish, shellfish, and other aquatic resource mortality events as it related to the general conditions. The General Conditions cover many of these concerns. In addition, a new regional condition should prohibit use of NWP 12 for discharges into Critical Resource Water (CRW) (GEMS, State Coastal Preserves, Sanctuaries, state Scientific areas, and Ecologically Significant Stream Segments, and Texas protected Mussel Sanctuaries; as well as state designated areas for known mussel habitat and known occurrences of state -and/or federally - listed freshwater mussels species) and their adjacent wetlands. Discharges of dredged or fill material into waters of the U.S. are not authorized by NWP 12 for any activity within, or directly affecting, Designated Critical Resource Waters, including wetlands adjacent to such waters (General Condition 22). PCN is required for NWPs 3 for any activity proposed by perwittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal (General Condition 22). N addition, USACE advised by letter dated December 11, 2020, that USACE may designate, after notice and opportunity for public comment, additional waters having particular environmental or ecological significance. Although the process for designating the requested areas as CRWs was initiated, it has not been completed. The RRC reserves the right to modify this certification should it be determined that significant cumulative or secondary impacts are occurring as a result of the activities authorized by the USACE under these NPWs. The RRC has reviewed this proposed action for consistency with the Texas Coastal Management Plan (TCMP) goals and policies, in accordance with the regulations of the TCMP, and has found that the proposed action will have direct and significant adverse effect on any coastal natural resource area identified in the applicable policies, but has determined that the proposed action is consistent with the applicable goals and policies of the TCMP. This consistency determination is conditioned on inclusion in the NWPs of the conditions discussed above, as well as the following conditions: Under General Condition 18 (Endangered Species), no activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species However, the General Condition does not include such a prohibition on activity that could jeopardize the continued existence of a threatened or 4 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 endangered species or a species proposed for such designation, as identified by the State of Texas. USACE should coordinated with Texas Parks and Wildlife for all discharges, work, dredging activities, or dewatering activities proposed in non -tidal waters in which state and/or federal listed freshwater mussel species are known to occur and/or are within one of the 18 listed Texas protected mussel sanctuaries. If you require further assistance, please contact me at 512-463-7308 or by email at Leslie.savage rrc.texas.gov. Regards, Lea te. G-f/it Leslie Savage, Chief Geologist Oil and Gas Division Railroad Commission of Texas Ccs: (Via Electronic mail) Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers, Regulatory Branch, Fort Worth Branch Chief, U.S. Army Corps of Engineers, Albuquerque District Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch, Tulsa Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office Ms. Leslie Koza, Texas Parks and Wildlife Ms. Allison Buchtien, Texas General Land Office via e-mail 5 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Quality) Post -construction total suspended solids (TSS) BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. General Condition 23 (Mitigation) The USACE will copy the RRC on all mitigation waivers sent to applicants. NWP 43 The USACE will copy the RRC on all written approvals of waivers for impacts to ephemeral, intermittent or perennial streams. NWPs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, and 46 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survey Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Utility Line Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 25 are required. NWP 14 (Linear Transportation Protects) Soil Erosion and Sediment Contiols under General Condition 12 are required. Postconstnuction TSS controls under General Condition 2 5 are required. NWP 16 (Return Water From Upland Contained Disposal Areas) Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. N WP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstniction TSS controls under General Condition 2 5 are required. N WP 19 (Minor Dredging) Soil Erosion: and Sediment Controls under General Condition 12 are required. N WP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. N WP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. N WP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 46 (Discharges in Ditches) Soil Eiosion and Sediment Controls under General Condition 12 are required. Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 40l certification is required. o Temporary Vegetation o Mulch o Interceptor Swale o Erosion Control Compost o Compost Filter Socks II Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Sand Bag Berm o Rock Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks III_ Post -Construction TSS Control o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, and 18. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Retention/Irrigation Systems o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks o Sedimentation Chambers* o Only to be used when there is no space available for other approved BMPs. IV. NWP 16: Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. V. All NWPs except NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post Construction TSS 2 Structures in Artificial Canals 3 Maintenance X X 6 Survey Activities Trenching X X 7 Outfall Structures and Associated Intake Structures X X 8 Oil and Gas Structures on the Outer Continental Shelf X X 12 Utility Line Activities X X X 14 Liner Transportation Projects X X X 16 Return Water Contained Disposal From Upland Areas 18 Minor Discharges X X X 19 Minor Dredging X X 20 Response Operations for Oil and Hazardous Substances 25 Structural Discharges X X 38 Cleanup o Hazardous and Toxic Waste X X 43 Stormwater Management Facilities X X 46 Discharges in Ditches X X Attachment 4 EROSION CONTROL BMPs Temporary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at hap://www.txdot.gov/business/doing business/product_evaluation/erosion_control.htm, which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods, rocks and any foreign material. • Fertilize and seed in accordance with seeding of other type of planting plan. 2020 USACE Nationwide Permits Erosion Control BMPs • Erosion stops should extend beyond the channel liner to hill design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Desct iption: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plains can become established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. 2 2020 USACE Nationwide Permits Erosion Control BMPs • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • fhe first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment -laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24- hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also 2020 USACE Nationwide Permits Erosion Control BMPs recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd2, a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to, and maintained for the duration of, construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density . • The channel, which is formed by the dike, must have positive drainage for its entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal 4 2020 USACE Nationwide Permits Erosion Control BMPs Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials of for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA program description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality mates ials by meeting performance standards and compost specification data To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 5 2020 USACE Nationwide Permits Erosion Control BMPs 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost mates ials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.oig/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost ST A certification. STA program information can be found at http://tmecc.org/sta/STA program_description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. SEDIMENT CONTROL BMPS Sand Bag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during consti uction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e. pipeline construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sand bag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70% • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. 6 2020 USACE Nationwide Permits Erosion Control BMPs • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third_ rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. Silt fences can be highly effective at controlling sediment from disturbed areas by causing runoff to pond, allowing heavier solids to settle. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. 7 2020 USACE Nationwide Permits Erosion Control BMPs • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is * acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in, weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. Triangular Sediment Filter Dike Description: The purpose of a ttiangular sediment filter dike is to intercept and detain water- borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, 'mitten burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends 6 inches to cover dike to dike junction; each function should be secured by shoat rings. 8 2020 USACE Nationwide Permits Erosion Control BMPs • Position dike parallel to the contours, with the eod of each section closely abutting the adjacent sections • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike stricture may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of tire workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but can withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows. Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having maximum opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large unicorns of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Dean dption: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. 9 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and rust be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter mbar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile as this does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one- fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50% (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4 - inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush bennn following the contour as closely as possible. 10 2020 USACE Nationwide Permits Erosion Control BMPs • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the bather with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment t •ap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0. 5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 2 50 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on 11 2020 USACE Nationwide Permits Erosion Control BMPs surfaces that are muddy or frozen. Side slopes for the embankment are to be 3: 1. The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Ewbanlunent: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be et least 1 foot below the top of the embaulunent. Sediment Basins: The purpose of e sediment basin is to intercept sediment -laden runoff and trap the sediment to protect dra nage ways, properties and rights of way below the sediment basin from sedintentat'on. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area fora sediment basin is recommended to be less than 100 acres. Sediment basinsare effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage fora volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). 12 2020 USACE Nationwide Permits Erosion Control BMPs • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces= 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao As x -/2h Cd x 980,000 Where: As = Area of the de -watering hole, ft 2 Ao = Sup face area of the basin, ft 2 Cd = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with nultiple holes in a combined surface area equal to Ao is acceptable. 13 2020 USACE Nationwide Permits Erosion Control BMPs Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should be of quality materials by meeting performance standards and compost specification data. Products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STAjrogram description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When pi opei ly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized Mulch and compost filter socks may be installed in consti uction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. 14 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.oig/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA program_description.ht nl. Installation: • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but require regular, proper maintenance. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of 15 2020 USACE Nationwide Permits Erosion Control BMPs retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low - density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow 16 2020 USACE Nationwide Permits Erosion Control BMPs velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland 17 2020 USACE Nationwide Permits Erosion Control BMPs should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micropools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in arid climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. 18 2020 USACE Nationwide Permits Erosion Control BMPs Grassy Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales use check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during thy periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant 19 2020 USACE Nationwide Permits Erosion Control BMPs removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets • Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. 20 6e•tember2, 202 N 6 ^— E r r cn 0 0 2020 USACE Nationwide Permits Erosion Control BMPs Sand Filter Systems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space -limited areas • Applicable in arid climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, 21 2020 USACE Nationwide Permits Erosion Control BMPs safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost ST A certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When piopeily used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appi opriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product pei formance regarding the product.es specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program 22 2020 USACE Nationwide Permits Erosion Control BMPs contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (e). osion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. 23 #10) STq1/40 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY Z W a Q b F,ir'it PROP' REGION 6 1201 ELM STREET, SUITE 500 DALLAS, TEXAS 75270 December 14, 2020 Joe McMahan Chief, Regulatory Division Galveston District, U.S. Army Corps of Engineers 2000 Fort Point Road Galveston, TX 77550 RE: Clean Water Act Section 401 Water Quality Certification for the 2020 U.S. Army Corps of Engineers Section 404 Nationwide Permits Reissuance, on behalf of Indian tribes that have not received Treatment in a Similar Manner as a State for Section 401 in EPA Region 6. Dear Mr. McMahan: This water quality certification (WQC) applies to any potential point source discharges from potential projects authorized under the proposed reissuance of the following U.S. Corps of Engineers (Corps) Nationwide Permits (NWPs) into waters of the United States that occur within tribal boundaries within the State of Texas: NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D and E The Corps is not requesting certification for 11 NWPs 1, 2, 8, 9, 10, 11, 24, 28, 35, A, and B. Section 401(a)(1) of the Clean Water Act (CWA) requires applicants for Federal permits and licenses that may result in discharges into waters of the United States to obtain certification that potential discharges will comply with applicable provisions of the CWA, including Sections 301, 302, 303, 306 and 307. Where no state agency or tribe has authority to give such certification, the U.S. Environmental Protection Agency (EPA) is the certifying authority. In this case, Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas do not have the authority to provide CWA Section 401 certification for discharges occurring within the boundaries of the aforementioned tribal lands, therefore, EPA Region 6 is making the certification decisions for discharges that may result from the potential projects authorized under the proposed Corps CWA 404 NWPs. This letter is being directed to Galveston District, which is the lead regulatory program for NWP reissuance in Texas; the Albuquerque, Fort Worth, Galveston, and Tulsa Districts are also represented. Consistent with the EPA Policy on Consultation and Coordination with Indian Tribes, EPA Region 6 circulated a letter dated September 18, 2020 offering to consult with tribes on the certification process and invite their participation. Reissuance of NWPs Description The Corps is proposing to re -issue its existing NWPs and associated general conditions and definitions, with some modifications. The Corps states that it is "proposing these modifications to simplify and clarify the NWPs, reduce burdens on the regulated public, and continue to comply with the statutory requirement that these NWPs authorize only activities with no more than minimal individual and cumulative adverse environmental effects." 85 FR 57298. For more details: https://www.usace.army.mil/Missions/Civil-Works/Regulatory-Program-and-Permits/Nationwide- Permits/. General Information The general information provided in this section does not constitute a certification condition(s). Project proponents for potential projects authorized under the NWPs are responsible for obtaining all other permits, licenses, and certifications that may be required by federal, state, or tribal authorities. Project proponents for potential projects authorized under the NWPs should conduct all work in such a manner as to comply with all Corps Section 404 permit conditions. Copies of the Corps permit including this certification should be kept on the job site and readily available to the public for reference. Project proponents for potential projects authorized under the NWPs should retain this certification in their files with the applicable NWPs as documentation of EPA's certification decisions for the above - referenced proposed NWPs. This certification is specifically associated with the proposed NWPs described above and expires when those NWPs expire, five years from Corps issuance date. During project planning, EPA highly recommends the project proponent notify the appropriate tribal environmental office of the project details and location. Certification Determination Grant (121.7(c)): On behalf of Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas, CWA Section 401 certification, for the following proposed NWPs, is granted with no conditions. EPA Region 6 has determined that any discharge that could be authorized under the following proposed NWPs will comply with water quality requirements, as defined at 40 CFR 121.1(11). NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D, and E Thank you for your ongoing partnership in implementing the regulatory programs of the CWA. Should your office have any questions, please feel free to contact our staff: 1) Paul Kaspar at 214-665-7459, Kaspar.Paul@epa.gov; 2) Daniel Landeros at 214-665-8077, Landeros.Daniel@epa.gov. Sincerely, ezems Charles W. Maguire Director Water Division Appendix F NATIONWIDE PERMIT REGIONAL CONDITIONS US Army Corps of Engineers ® 2021-A NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions only apply within the Albuquerque District. 1. Dredge and Fill Activities in Intermittent and Perennial Streams, and Special Aquatic Sites: For all activities subject to regulation under the Clean Water Act Section 404 in intermittent and perennial streams, and special aquatic sites (including wetlands, riffle and pool complexes, and sanctuaries and refuges), Pre -Construction Notification (PCN) to the Albuquerque District Engineer is required in accordance with Nationwide Permit General Condition 32. 2 Suitable Fill. Use of broken concrete as fill or bank stabilization material is prohibited unless the applicant demonstrates that its use is the only practicable material (with respect to cost, existing technology, and logistics). Any applicant who wishes to use broken concrete as bank stabilization must provide notification to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - PCN along with justification for such use. Use of broken concrete with rebar or used tires (loose or formed into bales) is prohibited in all waters of the United States. The following regional conditions apply within the Fort Worth District and Galveston District Boundaries: 3. Notification to the appropriate District Engineer in accordance with Nationwide Permit General Condition 32 - Pre -Construction Notification (PCN) is required for all activities proposed for authorization by any NWP into the below listed ecologically unique and sensitive areas located within waters of the United States. The Corps will coordinate with the resource agencies as specified in NWP General Condition 32(d)(3). a. Pitcher plant bogs ((Sarracenia spp.) and/or sundews (Drosera spp.) and/or Bald Cypress/Tupelo swamps ((Taxodium distichum) and/or water tupelo (Nyssa aquatica)). b. Karst Zones 1 and 2 located in Bexar, Travis and Williamson Counties (see https://www.fws.gov/southwest/es/AustinTexas/Maps Data.html ). c. Caddo Lake and associated areas that are designated as "Wetland of International Importance" under the Ramsar Convention (see http //caddolakedata.us/media/145/1996caddolakeramsar.pdf or http //caddolakedata.us/media/144/1996caddolakeramsar.jpg ). d. Reaches of rivers (and their adjacent wetlands) that are included in the Nationwide Rivers Inventory (see https://www.nps.gov/subjects/rivers/nationwide-rivers-inventory.htm ). 4. For all activities proposed for authorization under any NWP at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in - lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the Nationwide Permit General Condition 32 - PCN prior to commencing the activity. 1 US Army Corps of Engineers 2021-A NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions apply only within the Galveston District. 5. No NWP, except NWP 3, shall be used to authorize discharges into the habitat types or specific areas located within waters of the United States, listed in paragraphs a through c, below. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification (PCN) prior to commencing the activity under NWP 3. a. Mangrove Marshes. For the purpose of this regional condition, Mangrove marshes are those waters of the United States that are dominated by mangroves (Avicennia spp., Laguncuaria spp., Conocarpus spp., and Rhizophora spp.). b. Coastal Dune Swales. For the purpose of this regional condition, coastal dune swales are wetlands and/or other waters of the United States located within the backshore and dune areas in the coastal zone of Texas. They are formed as depressions within and among multiple beach ridge barriers, dune complexes, or dune areas adjacent to beaches fronting tidal waters of the United States. c. Columbia Bottomlands. For the purpose of this regional condition, Columbia bottomlands must meet all of the following criteria: 1) wetlands and/or other waters of the United States, 2) currently dominated by bottomland hardwoods (Quercus spp.), and 3) located in the Lower Brazos and San Bernard River basins identified in the 1997 Memorandum of Agreement between the U.S Environmental Protection Agency, U.S. Fish and Wildlife Service, Natural Resource Conservation Service, and Texas Parks and Wildlife Department for bottomland hardwoods in Brazoria County. (For further information, see_ http://www swg.usace.army.mil/Business-With- Us/Regulatory/Permits/Nationwide-General-Permits/) 6. Nationwide Permit 12 57, and 58 shall not be used to authorize all discharges within 500 feet of vegetated shallows and coral reefs, as defined by 40 CFR 230.43 and 230.44 respectively. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 7. For all activities proposed for authorization under Nationwide Permit 12, 57, or 58 that involve underground placement below a non -navigable tributary there shall a minimum cover of 48 inches of soil below the river and/or perennial stream thalweg. 2 US Army Corps of Engineers 2021-A NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS 8. No NWPs, except NWPs 3 16 20, 22, 37, shall be used to authorize discharges, structures, and/or fill within the standard setback and high hazard zones of the Sabine - Neches Waterway as defined in the Standard Operating Procedure - Permit Setbacks along the Sabine -Neches Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 - PCN for all discharge, structures and/or work in medium hazard zones and all NWP 3 applications within the standard setback and high hazard zones of the Sabine -Neches Waterway. 9. No NWP, except 20, 22, and 37, shall be used to authorize discharges, structures, and/or fill within the standard setback exemptions of the Gulf Intracoastal Waterway as defined in the Standard Operating Procedure- Department of the Army Permit Evaluation Setbacks along the Gulf Intracoastal Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 — PCN for all discharges, structures and/or work within the standard setback, shoreward of the standard setback, and/or standard setback exemption zones. 10. All work in the San Jacinto Waste Pit (SWJP) Area of Concern (AOC), authorized under an NWP, requires a waiver from the Galveston District Engineer (DE) The applicant shall notify the DE in accordance with the NWP General Condition 32 - PCN. The PCN shall be used to review the project to determine if it will result in more than minimal effects to the region and does not lessen the restriction provided by any General Condition of the NWPs. The applicant must receive written approval, including a waiver, from the DE prior to starting work in jurisdictional areas. (For further information, see_ http://www.swg.usace.army.mil/Business-With-Us/Regulatory/Permits/Nationwide- General-Permits/) 3 Appendix G STATE WATER QUALITY CERTIFICATIONS UNDER SECTION 401 Jon Niermamt, Chairman Emily Lindley, Commissioner Bobby Janecka, Commissioner Toby Baker, Executive Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and Preventing Pollution December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance Dear Colonel Vail• This letter is in response to your October 19, 2020, letter requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (Corps) Nationwide Permits (NWPs). The Proposal to Reissue and Modify Nationwide Permits was published in the Federal Register (Vol. 85, No. 179, pages 57298-57395) on September 15, 2020. Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 (Corps Galveston District) and October 1, 2020 (Corps Fort Worth District). The Texas Commission on Environmental Quality (TCEQ) has reviewed the Proposal to Reissue and Modify Nationwide Permits and the proposed regional conditions. On behalf of the Executive Director and based on our evaluation of the information contained in these documents, the TCEQ certifies that any discharge associated with the activities authorized by NWPs 1, 2, 4, 5, 8, 9, 10, 11, 20, 23, 24, 28, 34, 35, 48, A, and B will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code (TAC), Chapter 279. The TCEQ conditionally certifies that any discharge associated with the activities authorized by NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279. Conditions for each NWP are defined in Attachment 1. and more detail on specific conditions is given below, including information explaining why the condition is necessary for compliance with water quality requirements as well as the supporting regulatory authorizations. Colonel Timothy Vail U.S. Army Coips of Engineers USACE Nationwide Permits Page 2 The TCEQ understands that a prohibition against the use of NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia Bottomlands in the Galveston District is included in the Draft 2020 Nationwide Permit (NWP) Regional Conditions for the State of Texas (Regional Conditions). A prohibition of using NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District is a condition of this TCEQ 401 certification. This condition is necessary to ensure compliance with water quality requirements because impacts to rare and ecologically significant aquatic resources such as coastal dune swales, mangrove marshes, and Columbia bottomlands would not be considered minimal but significant, and therefore would not meet the purpose of a nationwide permit to authorize activities that will result in no more than minimal adverse environmental effects. Furthermore, activities that would result in impacts to these unique resources are more appropriately authorized under an individual permit to ensure that unavoidable impacts are adequately minimized (30 TAC §279.11(c)(2)) and mitigated (30 TAC §279.11(c)(3) and 30 TAC §307.4(i)). The TCEQ wants to clarify the application of NWP 16 in Texas. NWP 16 should be limited to the return water from upland contained dredged material disposal areas. It is important to emphasize the intent for dredged material disposal. The TCEQ understands dredged material to be associated with navigational dredging activities, not commercial mining activities. To avoid confusion, the TCEQ requests that a regional condition be added or that the Corps commits to prohibiting the use of NWP 16 for activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining). Consistent with previous NWPs certification decisions, the TCEQ is conditionally certifying NWP 16 for the return water from confined upland disposal not to exceed a 300 mg/L total suspended solids (TSS) concentration This condition is necessary to ensure that return water discharges will comply with water quality requirements in accordance with Texas Water Code §26.003 and antidegradation policy in 30 TAC §307.5, and not result in violations of general water quality criteria in 30 TAC 307.4(b)(2)-(S). The TCEQ encourages the Corps to consider that TSS limits are promulgated as effluent limits under Title 40 of the Code of Federal Regulations, and that the TCEQ effectively imposes TSS effluent limits in thousands of wastewater discharge permits issued in Texas under Section 402 of the federal Clean Water Act. The TCEQ recognizes the usefulness of having an instantaneous method to determine compliance with the 300 mg/L TSS limit. However, existing literature and analysis of paired samples of turbidity and TSS from the Texas Surface Water Quality Information System indicate this relationship must be a site -specific characterization of the actual sediments to be dredged. To address this approach, we have continued language in the NWP 16 conditional certification that allows flexibility to use an instantaneous method in implementing the TSS limit when a site specific correlation curve for turbidity (nephelometrric turbidity units (NTH)) versus TSS has been approved by TCEQ. The TCEQ remains interested in working with the Corps in the development of these curves and in working together to find the best methods to implement this limit. Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 3 Regional Condition 17 applies to NWP authorizations in the Area of Concern (AOC) of the San Jacinto River Waste Pits Superfund Site. The TCEQ conditionally certifies Regional Condition 17 provided that the Permit Evaluation Requirement Process (Process), effective November 1, 2009, is adhered to for all proposed and existing permits within the AOC. The Process requires that all permit applicants and existing permittees within the AOC perform sampling to ensure that any activities conducted, especially activities involving dredging or disposal of dredged materials, do not impact site investigation and remediation and that existing ti ater quality is maintained and protected in accordance with the Texas Water Code §26.003 and TCEQ antidegradation policy in 30 TAC §307.5. The TCEQ is conditionally certifying NWP General Condition 12 Soil Erosion and Sediment Controls, and General Condition 25 Water Quality. The conditions address three broad categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category. These BMP conditions are necessary to enhance the water quality protection of these General Conditions by requiring the use of specific BMPs to control erosion, sedimentation, and/or post -construction TSS in permitted activities and therefore prevent violation of state general water quality criteria (30 TAC §307.4) and antidegradation policy (30 TAC §307.5). Runoff from bridge decks has been exempted from the requirement for post -construction TSS controls under General Condition 25 A list of TCEQ-recommended BMPs is included as Attachment 2. Attachment 3 is provided as a quick reference table identifying the BMP categories that are required for each NWP. A detailed description of the BMPs is provided in Attachment 4. The Corps is proposing to remove the 300 linear foot (LF) limit for NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52, in part, to simplify the quantification of aquatic resource types (i e., streams, wetlands, etc.) by using acreage as the preferred unit of measure. Removing the stream bed loss limit would mean that stream losses associated with activities covered by these 10 NWPs would only be limited by the existing 1/2-acre limit on overall impacts to waters of the U.S. This could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The TCEQ has traditionally relied on and used linear feet as the preferred unit of measure of stream impacts and stream mitigation in our Section 401 water quality certification program Therefore, the TCEQ does not support the proposed removal of the 300 LF stream bed loss limit in these NWPs and conditionally certifies NWPs 21, 29, 39, 40, 42, 43 44, 50, 51, and 52 with a limit of 1,500 linear feet of stream bed loss. The condition is based on the amount of stream impacts considered minimal by the TCEQ, where certification is waived for projects impacting 1,500 LF of streams or less in accordance with the Memorandum of Agreement (August 2000) between the Corps and TCEQ. Any proposed impacts greater than 1,500 linear feet of impacts in stream length will need to undergo an individual TCEQ 401 certification review, preferably in the context of a Section 404 individual permit This condition is necessary to ensure that the discharge associated with projects permitted using these 10 NWPs will comply with water quality requirements for aquatic life uses and habitat (30 TAC 307.4(i)), antidegradation implementation procedures (30 TAC Colonel Timothy Vail U.S. Army Coips of Engineers USACE Nationwide Permits Page 4 307.5(c)(1)(B), and minimization and mitigation requirements in 30 TAC 279.11(c)(2) and (3), as well as be consistent with the NWP goal of authorizing only minimal adverse environmental impacts. This certification decision is limited to those activities under the jurisdiction of the TCEQ. For activities related to the production and exploration of oil and gas, a Railroad Commission of Texas certification is required as provided in the Texas Water Code §26.131. The TCEQ has reviewed the Notice of Reissuance of Nationwide Permits for consistency with the Texas Coastal Management Pr ogram (CMP) goals and policies in accordance with the CMP regulations {Title 31, Texas Administrative Code (TAC), Chapter (§)505.301 and has determined that the action is consistent with the applicable CMP goals and policies. This certification was reviewed for consistency with the CMP's development in critical areas policy {31 TAC §501.23} and dredging and dredged material disposal and placement policy {31 TAC §501.25}. This certification complies with the CMP goals {31 TAC §501.12(1, 2, 3, 5)} applicable to these policies. The TCEQ reserves the right to modify this certification if additional information identifies specific areas where significant impacts, including cumulative or secondary impacts, are occurring, and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. If you require further assistance, please contact Ms Lili Murphy, Water Quality Assessment Section, Water Quality Division (MC-150), at (512) 239-4595 or by email at lili.nnuphy@tceq.texas.gov. Sincerely, D.,-„Q 'to c„Li David W. Galindo, Deputy Director Water Quality Division Texas Commission on Environmental Quality DWG/LM/ Attachments Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 5 ccs: Mr. Joseph McMahan, U.S. Army Corps of Engineers Galveston District via e-mail at Joseph.a.mcmahan(a�usace.army.mil Ms. Kristi McMillan U.S. Army Corps of Engineers Galveston District via e-mail at Kristi.N.McMillan(c�usace.armv.mil Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers Fort Worth District via e-mail at Stephen.Brooks@usace.army.mil Ms. Allison Buchtien,and Mr. Jesse Solis, Texas General Land Office via e-mail at Federal.Consistency@glo.texas.gov Ms. Leslie Savage, Texas Railroad Commission via e-mail at Leslie Savage@RRC.texas.gov Branch Chief, U.S. Army Corps of Engineers, Albuquerque District, 4101 Jefferson Plaza NE, Room 313, Albuquerque, New Mexico 87109-343 5 Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch CESWT- PE-R, 1645 South 101 st East Avenue, Tulsa, Oklahoma, 74128 Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office, CESPA-OD-R-EP, P.O. Box 6096, Fort Bliss, Texas 79906-6096 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control best management practices (BMPs) are required with the use of this general condition. Attachment 2 describes the BMPs and the Nationwide Permits (NWPs) to which they apply. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Quality) Post -construction total suspended solids (TSS) BMPs are required with the use of this general condition Attachment 2 describes the BMPs and the NWPs to which they apply. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required Bridge deck runoff is exempt from this requirement. Regional Condition 17 condition The Permit Evaluation Requirement Process, effective November 1, 2009, is required for all proposed and existing permits within San ,Jacinto River Waste Pits Superfund Site Area of Concern. All NWPs except for NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 6 (Survey Activities) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Oil or Natural Gas Prpelme Activities) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required. NWP 13 (Bank Stabilization) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 14 (Lmear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required. NWP 15 (U.S. Coast Guard Approved Bridges) Soil Erosion and Sediment Controls under General Condition 12 are required Revised December 18, 2020 Page i of 4 iaien�a�a� Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 16 (Return Water From Upland Contained Disposal Areas) Activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining) are not eligible for this NWP. Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 17 (Hydropower Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 19 (Minor Dredging) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 21 (Surface Coal Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 22 (Removal of Vessels) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 27 (Aquatic Habitat Restoration, Establishment, and Enhancement Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 29 (Residential Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required Stream bed losses are limited to 1,500 linear feet. NWP 30 (Moist Soil Management for Wildlife) Soil Eiosion and Sediment Controls under General Condition 12 are required. NWP 31 (Maintenance of Existing Flood Control Facilities) Soil Erosion and Sediment Controls under Genet al Condition 12 are required Post - construction TSS controls under Geneial Condition 25 are required Revised December 18, 2o2o Page 2 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 32 (Completed Enforcement Actions) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 33 (Temporary Construction, Access and Dewatering) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 36 (Boat Ramps) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 37 (Emergency Watershed Protection and Rehabilitation) Soil Eiosion and Sediment Controls under General Condition 12 are required NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 39 (Commercial and Institutional Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 40 (Agricultural Activities) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required Stream bed losses are limited to 1,500 linear feet. NWP 41 (Reshaping Existing Drainage Ditches and Irrigation Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required NWP 42 (Recreational Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required Stream bed losses are limited to 1,500 linear feet. NWP 43 (Stormwater Management Facilities) Soil Eiosion and Sediment Controls under General Condition 12 are required Stream bed losses are limited to 1,500 linear feet. NWP 44 (Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required Post - construction TSS controls under General Condition 25 are required Stream bed losses are limited to 1,500 linear feet. Revised December r8, 2020 Page 3 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 45 (Repair of Uplands Damaged by Discrete Events) Soil Eiosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 46 (Discharges in Ditches) Soil Eiosion and Sediment Controls under General Condition 12 are required. NWP 49 (Coal Rernming Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 50 (Underground Coal Mining Activities) Soil Erosion and Sediment Controls undei General Condition 1.2 are required. Post - construction TSS controls undei General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 51 (Land -Based Renewal Energy Generation Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required Stream bed losses are limited to 1,500 linear feet. NWP 52 (Water -Based Renewal Energy Generation Pilot Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 53 (Removal of Low -Head Dams) Soil Erosion and Sediment Controls under General Condition 12 are required NWP 54 (Living Shorelines) Sediment Controls under General Condition 12 are required. NWP C (Electric Utility Line and Telecommunications Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP D (Utility Line Activities for Water and Other Substances) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP E (Water Reclamation and Reuse Facilities) Soil Erosion and Sediment Controls undei General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Revised December 18, 2020 Page 4 of 4 Attachment 2 4oi Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during set weather conditions (erosion). At least one of the following best management practices (BMPs) must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Temporary Vegetation o Blankets/Matting o Mulch o Sod o Interceptor Swale o Diversion Dike o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks II. Sedimentation Control Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features o Sand Bag Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks o Rock Berm o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks December 18, 2o2o Pagel of 2 Attachment 2 4ot Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits III Post -Construction TSS Control After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18, 21, 29, 31, 36, 39, 40, 41, 42, 44, 45, 49, 50, 51, 52, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation Systems o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems o Erosion Control Compost o Mulch Filter Socks o Compost Ether Socks o Sedimentation Chambers* Only to be used when there is no space available for other approved BMPs. December 18, 202o Page 2 of 2 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Control Post -Construction Control TSS 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance X X 4 Fish and Wildlife Enhancement and Harvesting, Attraction Devices and Activities 5 Scientific Measurement Devices 6 Survey Activities *Trenching X X 7 Outfall Structures and Associated Structures Intake X X 8 Oil and Gas Structures on Continental Shelf the Outer 9 Structures in Fleeting and Anchorage Areas 10 Mooring Buoys 11 Temporary Recreational Structures 12 Oil or Natural Gas Pipeline Activities X X X 13 Bank Stabilization X X 14 Linear Transportation Projects X X X 15 U.S. Coast Guard Approved Bridges X X 16 Return Water From Upland Contained Disposal Areas 17 Hydropower Projects X X X 18 Minor Discharges X X X 19 Minor Dredging X X 20 Response Operations Hazardous Substances for Oil or 21 Surface Coal Mining Activities X X X 22 Removal of Vessels X X Revised December 18, 2020 Page I of3 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post -Construction TSS 23 Approved Categorical Exclusions 24 Indian Tribe or State Administered Section 404 Programs 25 Structural Discharges X X 26 [Reserved] 27 Aquatic Habitat Restoration, Establishment, and Enhancement Activities X X 28 Modifications of Existing Marinas 29 Residential Developments X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance Facilities of Existing Flood Control X X X 32 Completed Enforcement Actions X X 33 Temporary Dewatering Construction, Access and X X 34 Cranberry Production Activities 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic Waste X X 39 Commercial and Institutional Developments X X X 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches and hrrigation Ditches X X X 42 Recreational Facilities X X X 43 Stormwater Management Facilities X X Revised Decen her I8, 2020 Page 2 of 3 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Control Post -Construction TSS Control 44 Mining Activities X X X 45 Repair of Uplands Damaged by Discrete Events X X X 46 Discharges in Ditches X X 47 [Reserved] 48 Existing Commercial Shellfish Aquaculture Activities 49 Coal Remining Activities X X X 50 Underground Coal Mining Activities X X X 51 Land -Based Renewable Facilities Energy Generation X X X 52 Water -Based Renewable Generation Pilot Projects Energy X X X 53 Removal of Low -Head Dams X X 54 Living Shorelines X c Electric Utility Line and Activities X X X Telecommunications D Utility Line Activities for Water and Other Substances X X X E Water Reclamation and Reuse Facilities X X X Revised December 18, 2020 Page 3 of 3 Attachment 4 Description of Best Management Practices (BMPs) EROSION CONTROL BMPs Temporary Vegetation Description' Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description• Blankets and matting material can be used as an aid to control erosion December i8, zozo Pager of 35 Attachment 4 Description of Best Management Practices (BMPs) on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be appi oved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at https.//www.txdot gov/inside-txdot/division/maintenance/erosion-control.html which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross- section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it fiom erosive forces and to conserve soil moisture until plants can become December 18, 2020 Page 2 of 35 Attachment 4 Description of Best Management Practices (BMPs) established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips maybe used where appropriate. Installation• Mulch anchoring should be accomplished immediately after mulch placement This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. December i8, 2ozo Page 3 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil • Sod should not be cut or laid in excessively wet or dry weather • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. December 18, 2020 Page 4 of 35 Attachment 4 Description of Best Management Practices (BMPs) Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment - laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24-hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of' the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. • Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control mattmg Check dams are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. December 18, zeal) Page 5 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd2, a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density. • The channel, which is formed by the dike, must have positive drainage for its entire 1 length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. December 18, 2020 Page 6 of 35 Attachment 4 Description of Best Management Practices (BMPs) Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and § 3 3 2.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used foi ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following pi otocols December 18, 2020 Page 7 of 35 Attachment 4 Description of Best Management Practices (BMPs) or test methods listed in TMECC. TMECC information can be found at hops://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTes tingAssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment horn disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification December 18, 2020 Page 8 of 35 Attachment 4 Description of Best Management Practices (BMPs) data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and § 3 3 2.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 9 of 35 Attachment 4 Description of Best Management Practices (BMPs) SEDIMENT CONTROL BMPS Sandbag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas This objective is accomplished by intercepting runoff and causing it to pool behind the sandbag berm. Sediment carried in the runoff is deposited on the upstream side of the sandbag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sandbag berm Sandbag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i e , utility construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sandbag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 1.0 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of' bags. December 18, zozo Page io of 35 Attachment 4 Description of Best Management Practices (BMPs) • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed, silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceedmg 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. December 18, 2020 Page a of 35 Attachment 4 Description of Best Management Practices (BMPs) • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is 3 acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher, so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e g , pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and bacicfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet Triangular Filter Dike Descriptiorr The purpose of a triangular sediment filter dike is to intercept and detain water -borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. December 18, 2020 Page 12 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6-gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences • Filter material should lap over ends six (6) inches to cover dilce to dike junction; each junction should be secured by shoat rings. • Position dike parallel to the contours, 'with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but are able to withstand higher flows than a December 18, 2020 Page 13 of 35 Attachment 4 Description of Best Management Practices (BMPs) silt fence. As such, rock barns are often used in areas of channel flows (ditches, gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch. diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line The sheathing should be 20-gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Description The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. December 18, 202o Page 14 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of SO pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches • Bales are to be placed directly adjacent to one another leaving no gap between them • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. December 18, 2020 Page 15 of 35 Attachment 4 Description of Best Management Practices (BMPs) Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one-fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the banter should be less than 50 percent (2:1). Materials• • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4-inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other Where joints are necessary, the fabric should be spliced together with a minimum 6- mch overlap and securely sealed. • The trench should be backfilled, and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6- December i8, 2020 Page i6 of 35 Attachment 4 Description of Best Management Practices (BMPs) foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. December 18, zozo Page 17 of 35 Attachment 4 Description of Best Management Practices (BMPs) • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered_by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embanlnnenfi Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. December 18, 2020 Page i8 of 35 Attachment 4 Description of Best Management Practices (BMPs) Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained • The basin length to width ratio should be at least 2:1 to improve trapping efficiency The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the December 18, 2o20 Page 19 of 35 Attachment 4 Description of Best Management Practices (BMPs) emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: A As x o = 21t Cd x 980,000 Where: Ao = Area of the de -watering hole, ft 2 As = Surface area of the basin, ft 2 C, = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection December 18, 2020 Page 20 of 35 Attachment 4 Description of Best Management Practices (BMPs) Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined m TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used foi ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the December 18, 2020 Page 21 of 35 Attachment 4 Description of Best Management Practices (BMPs) perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Envii onmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. December 18, 2020 Page 22 of 35 Attachment 4 Description of Best Management Practices (BMPs) TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). • Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 23 of 35 Attachment 4 Description of Best Management Practices (BMPs) POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/irrigation practice but should be operated and sized to provide adequate volume. This technology, which emphasizes beneficial use of stormwater runoff, is particularly appropriate for arid regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement, it is possible to achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin December 18, 2020 Page 24 of 35 Attachment 4 Description of Best Management Practices (BMPs) configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peals discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low -density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips. These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope December 18, 2020 Page 25 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations• Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or December 18, 2020 Page 26 of 35 Attachment 4 Description of Best Management Practices (BMPs) rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland the water level often fluctuates, and establishment of vegetation may be difficult The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micro pools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in arid climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to December 18, 2020 Page 27 of 35 Attachment 4 Description of Best Management Practices (BMPs) maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations• Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements• Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. Grassy Swales Descripton: Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. December 18, 2020 Page 28 of 35 Attachment 4 Description of Best Management Practices (BMPs) Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements* Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Description: Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets December 18, 2020 Page 29 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is December 18, 2020 Page 30 of 35 Attachment 4 Description of Best Management Practices (BMPs) withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Sand Filter Systems Description: The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. Since their original inception in Austin, Texas, hundreds of intermittent sand filters have been implemented to treat stormwater runoff. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations • Appropriate for space -limited areas • Applicable in arid climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency December 18, 2020 Page 31 of 35 Attachment 4 Description of Best Management Practices (BMPs) Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials of for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and December 18, 2020 Page 32 of 35 Attachment 4 Description of Best Management Practices (BMPs) to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program mformation can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment fi om disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transpoitation (TxDOT) has established minimum performance standards which must be met foi any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at December 18, 2020 Page 33 of 35 Attachment 4 Description of Best Management Practices (BMPs) https://www.txdot.gov/inside-txdot/division/support/recycling/speclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined m TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections ' 3 3 2.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numei ous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at https://www.compostingcouncil.org/page/trecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestingAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. December 18, 2020 Page of 34 35 Attachment 4 Description of Best Management Practices (BMPs) • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description' Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. December 18, 2020 Page 35 of 35 CHRISTI CRADDICK, CIIAIRMAN RYAN SITTON, COMMISSIONER WAYNE. CIIRISTIAN, COMMISSIONER DANNY SORRELLS ASSISTANT EXECUTIVE DIRECTOR DIRECTOR, OIL AND GAS DIVISION LESLIE SAVAGE, P.G. CHIEF GEOLOGIST RAILROAD COMMISSION OF TEXAS OIL AND GAS DIVISION December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance NPWs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, 46, D and E Dear Colonel Vail: This letter is in response to your letter dated October 19, 2020, requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (USACE) Nationwide Permits (NWPs), notification of which was published in the September 15, 2020, issue of the Federal Register (85 FR 57298). Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 and October 1, 2020. Texas Natural Resources Code, §91.101, and Texas Water Code, §26.131, grant the RRC jurisdiction for water quality certifications for federal permits covering activities associated with the exploration, development and production, including pipeline transportation, of oil, gas or geothermal resources that may result in discharges to waters of the United States. No person may conduct any activity subject to RRC jurisdiction pursuant to a USACE permit if that activity may result in a discharge into to waters of the United States within the boundaries of the State of Texas, unless the RRC has first issued a certification or waiver of certification under 16 Texas Administrative Code §3.93 (Rule 93). Although the RRC is responsible for water quality certification of activities under the jurisdiction of the RRC, the Texas Commission on Environmental Quality (TCEQ) establishes the Texas Water Quality Standards. This certification is limited to those activities under the jurisdiction of the RRC. For all other activities, the TCEQ will issue the certification as provided in Texas Water Code §26.131. This office has reviewed the following proposed NWPs: 2 (Structures in Artificial Canals), 3 (Maintenance), 6 (Survey Activities), 7 (Outfall Structures and Associated Intake Structures), 8 (Oil and Gas Structures on the Outer Continental Shelf), 12 (Utility Line Activities), 14 (Linear Transportation Projects), 16 (Return Water From Upland Contained Disposal Areas), 18 (Minor Discharges), 19 (Minor Dredging), 20 (Oil Spill Cleanup), 25 (Structural Discharges), 38 (Cleanup of Hazardous and Toxic Waste), 43 (Stormwater Management Facilities), 46 t Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 (Discharges in Ditches), D (Utility Line Activities for Water and Other Substances), and E (Water Reclamation and Reuse Facilities). Based on our evaluation of the information contained in these documents, the RRC certifies that the activities authorized by NWPs 2, 8, 20, and E should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 Texas Administrative Code (TAC) §3.93. The RRC conditionally certifies that the activities authorized by NWPs 3, 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 TAC §3.93. Conditions for each NWP are defined in Attachment 1, in accordance with Texas Water Code, §26.003 and 30 TAC §307.5(a), which establish the antidegradation policy. The antidegradation policy and implementation procedures apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Conditions for NWPs 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D: Certification of these NWPs is conditioned on inclusion of a prohibition on the use of these NWPs in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District. Impacts to rare and ecologically significant coastal dune swales, mangrove marshes, and Columbia bottomlands, would not be considered minimal. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 12 and NWP D: Certification on NWP 12 and NWP D is conditioned on a prohibition on mechanized land clearing in forested wetlands. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 16: Certification of NWP 16 is conditioned on inclusion of a limit of 300 mg/L total suspended solids (TSS) concentration on the return water from upland contained dredged material disposal areas. This limit is promulgated as an effluent limit under Title 40 of 2 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 the Code of Federal Regulations. The requirement has also been included in individual 404 permits. The RRC is conditionally certifying NWP General Condition #12 Soil Erosion and Sediment Controls, and General Condition #25 Water Quality. The conditions address three categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category intended to enhance the water quality protection. A list of recommended BMPs is included as Attachment 2. The BMPs identified in Attachment 2 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Attachment 3 is provided as a reference for all NWPs. A detailed description of the BMPs is provided in Attachment 4. These BMPs should be included for the protection of waters in the state specific to each NWP as part of the regional conditions for Texas. The conditions identified in Attachment 3 and 4 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. USACE is proposing to remove the 300 linear foot limit for NWP 43 and quantify impacts to streams using a 1/2-acre limit. Removal of the 300 linear foot limit would also remove the waiver requirement for proposed impacts to streams greater than 300 linear feet. The RRC is concerned about the potential adverse impact to state aquatic resources of the proposed removal of the 300 linear foot limit on stream bed losses. Removing the stream loss limit would mean that stream losses associated with activities covered by this NWP would only be limited by the existing 1/2 - acre limit on overall impacts to waters of the U S , which could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The RRC conditionally certifies this NWP with a cap of 1,500 linear feet on the stream length impacted based on the amount of stream impacts considered minimal by the state. The greater than minimal loss of stream length would result in significant loss of aquatic habitat and degradation of water quality per the state's Antidegradation Policy (30 TAC §307.4(i)) for aquatic life uses and habitat, where vegetative and physical components of the aquatic environment must be maintained or mitigated to protect aquatic life uses. Certification of General Condition 23 Mitigation is conditioned to require USACE to copy RRC on any written notification of a mitigation waiver so that RRC may fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. By letter dated November 14, 2020, the Texas Parks and Wildlife Department (TPWC) provided substantive recommendations. TPWD commented that the proposal to replace the 300 linear 3 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 foot limit with a half -acre limit would greatly increase the amount of stream subject to impact without PCN and the length of stream allowed to be impacted under a NWP. TPWD recommended that Regional Condition 10 be revised to include resource agency coordination for any proposed discharges into mangrove forests or coastal dune swales. TPWD recommended new Regional Conditions for NWP 3, 6, and 12 include PCN for activities that include general conditions for aquatic life movement, shellfish beds, adverse effects from impoundments, endangered species, designated critical resource waters and notice of fish, shellfish, and other aquatic resource mortality events as it related to the general conditions. The General Conditions cover many of these concerns. In addition, a new regional condition should prohibit use of NWP 12 for discharges into Critical Resource Water (CRW) (GEMS, State Coastal Preserves, Sanctuaries, state Scientific areas, and Ecologically Significant Stream Segments, and Texas protected Mussel Sanctuaries; as well as state designated areas for known mussel habitat and known occurrences of state -and/or federally - listed freshwater mussels species) and their adjacent wetlands. Discharges of dredged or fill material into waters of the U.S. are not authorized by NWP 12 for any activity within, or directly affecting, Designated Critical Resource Waters, including wetlands adjacent to such waters (General Condition 22). PCN is required for NWPs 3 for any activity proposed by permittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal (General Condition 22). N addition, USACE advised by letter dated December 11, 2020, that USACE may designate, after notice and opportunity for public comment, additional waters having particular environmental or ecological significance. Although the process for designating the requested areas as CRWs was initiated, it has not been completed. The RRC reserves the right to modify this certification should it be determined that significant cumulative or secondary impacts are occurring as a result of the activities authorized by the USACE under these NPWs. The RRC has reviewed this proposed action for consistency with the Texas Coastal Management Plan (TCMP) goals and policies, in accordance with the regulations of the TCMP, and has found that the proposed action will have direct and significant adverse effect on any coastal natural resource area identified in the applicable policies, but has determined that the proposed action is consistent with the applicable goals and policies of the TCMP. This consistency determination is conditioned on inclusion in the NWPs of the conditions discussed above, as well as the following conditions: Under General Condition 18 (Endangered Species), no activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. However, the General Condition does not include such a prohibition on activity that could jeopardize the continued existence of a threatened or 4 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 endangered species or a species proposed for such designation, as identified by the State of Texas. USACE should coordinated with Texas Parks and Wildlife for all discharges, work, dredging activities, or dewatering activities proposed in non -tidal waters in which state and/or federal listed freshwater mussel species are known to occur and/or are within one of the 18 listed Texas protected mussel sanctuaries. If you require further assistance, please contact me at 512-463-7308 or by email at Leslie.savage@rrc.texas.gov. Regards, Lexal Sat.-a-4r Leslie Savage, Chief Geologist Oil and Gas Division Railroad Commission of Texas Ccs: (Via Electronic mail) Mr. Stephen Brooks, Branch Chief, U.S Army Corp of Engineers, Regulatory Branch, Fort Worth Branch Chief, U.S. Army Corps of Engineers, Albuquerque District Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch, Tulsa Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office Ms. Leslie Koza, Texas Parks and Wildlife Ms. Allison Buchtien, Texas General Land Office via e-mail 5 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Quality) Post -construction total suspended solids (TSS) BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. General Condition 23 (Mitigation) The USACE will copy the RRC on all mitigation waivers sent to applicants. NWP 43 The USACE will copy the RRC on all written approvals of waivers for impacts to ephemeral, intermittent or perennial streams. NWPs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, and 46 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. N WP 6 (Survey Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. N WP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Utility Line Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstnuction TSS controls under General Condition 25 are required. N WP 14 (Linear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 2 5 are required. NWP 16 (Return Water From Upland Contained Disposal Areas) Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 2 5 are required. NWP 19 (Minor Dredging) Soil Erosion: and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 43 (Stornrwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 46 (Discharges in Ditches) Soil Fiosion and Sediment Controls under General Condition 12 are required. Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Temporary Vegetation o Mulch o Interceptor Swale o Erosion Control Compost o Compost Filter Socks II. Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Sand Bag Berm o Rock Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks III. Post -Construction TSS Control o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, and 18. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Retention/Irrigation Systems o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Saud Filter Systems o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks o Sedimentation Chambers* o Only to be used when there is no space available for other approved BMPs. IV. NWP 16: Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation crave for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. V. All NWPs except NWP 3 These NWPs are not authorized for use in coastal dune Swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post Construction TSS 2 Structures in Artificial Canals 3 Maintenance X X 6 Survey Activities Trenching X X 7 Outfall Structures and Associated Intake Structures X X 8 Oil and Gas Structures on the Outer Continental Shelf X X 12 Utility Line Activities X X X 14 Liner Transportation Projects X X X 16 Return Water From Upland Contained Disposal Areas 18 Minor Discharges X X X 19 Minor Dredging X X 20 Response Operations for Oil and Hazardous Substances 25 Structural Discharges X X 38 Cleanup o Hazardous and Toxic Waste X X 43 Stormwater Management Facilities X X 46 Discharges in Ditches X X Attachment 4 EROSION CONTROL BMPs Temporary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively seduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http://www.txdot.gov/business/doing business/product _evaluation/erosion _control.htm, which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods, rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. 2020 USACE Nationwide Permits Erosion Control BMPs • Erosion stops should extend beyond the channel liner to frill design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Desctiptiou: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch Wettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intenuittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. 2 2020 USACE Nationwide Permits Erosion Control BMPs • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment -laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24- hons storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also 3 2020 USACE Nationwide Permits Erosion Control BMPs recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embanlunent to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz /yd2, a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to, and maintained for the duration of, construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density . • The channel, which is formed by the dike, must have positive drainage for its entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal 4 2020 USACE Nationwide Permits Erosion Control BMPs Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product peiformance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in r un-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality mates ials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC) Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 5 2020 USACE Nationwide Permits Erosion Control BMPs 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost ST A certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (ei osion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. SEDIMENT CONTROL BMPS Sand Bag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e. pipeline construction in channels, temporary channel ci ossing foi construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sand bag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70% • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. 6 2020 USACE Nationwide Permits Erosion Control BMPs • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4 inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. Silt fences can be highly effective at controlling sediment from disturbed areas by causing runoff to pond, allowing heavier solids to settle. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. 7 2020 USACE Nationwide Permits Erosion Control BMPs • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is * acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in, weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. Triangular Sediment Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water- borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should he less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullet) burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends 6 inches to cover dike to dike Junction; each Junction should be secured by shoat rings. 8 2020 USACE Nationwide Permits Erosion Control BMPs • Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but can withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows. Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having maximum opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. 9 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour, • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile as this does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one- fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50% (2: 1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4 - inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 1 8-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. 10 2020 USACE Nationwide Permits Erosion Control BMPs • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embanlunent to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0. 5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 2 50 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on 11 2020 USACE Nationwide Permits Erosion Control BMPs surfaces that are muddy or frozen. Side slopes for the embankment are to be 3: 1. The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins: The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment to protect dra nage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins. are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2: I to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). 12 2020 USACE Nationwide Permits Erosion Control BMPs • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces= 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: As x -2h Cd x 980,000 Where: AS = Area of the de -watering hole, ft 2 Ao = Surface area of the basin, ft 2 Cd = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with nultiple holes in a combined swface area equal to A,, is acceptable. 13 2020 USACE Nationwide Permits Erosion Control BMPs Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should be of quality materials by meeting performance standards and compost specification data. Products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Pioduct Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. TMECC information can be found at http://www.tmecc.oig/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in I Lill -off velocity. 14 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality mates ials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA pro gram_description.html. Installation: • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but require regular, proper maintenance. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of 15 2020 USACE Nationwide Permits Erosion Control BMPs retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low - density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow 16 2020 USACE Nationwide Permits Erosion Control BMPs velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland 17 2020 USACE Nationwide Permits Erosion Control BMPs should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of nmoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micropools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, motion inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a stand try crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, benned (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in arid climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow struchues, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. 18 2020 USACE Nationwide Permits Erosion Control BMPs Grassy Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales use check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Vegetation fried drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant 19 2020 USACE Nationwide Permits Erosion Control BMPs removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets • Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural' drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. 20 2020 USACE Nationwide Permits Erosion Control BMPs Sand Filter Systems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations• • Appropriate for space -limited areas • Applicable in arid climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, 21 2020 USACE Nationwide Permits Erosion Control BMPs safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost ST A certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in i un-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality mates ials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product pet formance regarding the product.es specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program 22 2020 USACE Nationwide Permits Erosion Control BMPs contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secuie socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. 23 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION 6 1201 ELM STREET, SUITE 500 DALLAS, TEXAS 75270 December 14, 2020 Joe McMahan Chief, Regulatory Division Galveston District, U.S. Army Corps of Engineers 2000 Fort Point Road Galveston, TX 77550 RE: Clean Water Act Section 401 Water Quality Certification for the 2020 U.S. Army Corps of Engineers Section 404 Nationwide Permits Reissuance, on behalf of Indian tribes that have not received Treatment in a Similar Manner as a State for Section 401 in EPA Region 6. Dear Mr. McMahan: This water quality certification (WQC) applies to any potential point source discharges from potential projects authorized under the proposed reissuance of the following U.S. Corps of Engineers (Corps) Nationwide Permits (NWPs) into waters of the United States that occur within tribal boundaries within the State of Texas: NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D and E. The Corps is not requesting certification for 11 NWPs 1, 2, 8, 9, 10, 11, 24, 28, 35, A, and B Section 401(a)(1) of the Clean Water Act (CWA) requires applicants for Federal permits and licenses that may result in discharges into waters of the United States to obtain certification that potential discharges will comply with applicable provisions of the CWA, including Sections 301, 302, 303, 306 and 307. Wheie no state agency or tribe has authority to give such certification, the U.S. Environmental Protection Agency (EPA) is the certifying authority. In this case, Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas do not have the authority to provide CWA Section 401 certification for discharges occurring within the boundaries of the aforementioned tribal lands, therefore, EPA Region 6 is making the certification decisions for discharges that may result from the potential projects authorized under the proposed Corps CWA 404 NWPs. This letter is being directed to Galveston District, which is the lead regulatory program for NWP reissuance in Texas; the Albuquerque, Fort Worth, Galveston, and Tulsa Districts are also represented. Consistent with the EPA Policy on Consultation and Coordination with Indian Tribes, EPA Region 6 circulated a letter dated September 18, 2020 offering to consult with tribes on the certification process and invite their participation. Reissuance of NWPs Description The Corps is proposing to re -issue its existing NWPs and associated general conditions and definitions, with some modifications. The Corps states that it is "proposing these modifications to simplify and clarify the NWPs, reduce burdens on the regulated public, and continue to comply with the statutory requirement that these NWPs authorize only activities with no more than minimal individual and cumulative adverse environmental effects." 85 FR 57298. For more details: https://www.usace.army.mil/Missions/Civil-Works/Regulatory-Program-and-Permits/Nationwide- Permits/. General Information The general information provided in this section does not constitute a certification condition(s). Project proponents for potential projects authorized under the NWPs are responsible for obtaining all other permits, licenses, and certifications that may be required by federal, state, or tribal authorities. Project proponents for potential projects authorized under the NWPs should conduct all work in such a manner as to comply with all Corps Section 404 permit conditions. Copies of the Corps permit including this certification should be kept on the job site and readily available to the public for reference. Project proponents for potential projects authorized under the NWPs should retain this certification in their files with the applicable NWPs as documentation of EPA's certification decisions for the above - referenced proposed NWPs. This certification is specifically associated with the proposed NWPs described above and expires when those NWPs expire, five years from Corps issuance date. During project planning, EPA highly recommends the project proponent notify the appropriate tribal environmental office of the project details and location. Certification Determination Grant (121.7(c)): On behalf of Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas, CWA Section 401 certification, for the following proposed NWPs, is granted with no conditions. EPA Region 6 has determined that any discharge that could be authorized under the following proposed NWPs will comply with water quality requirements, as defined at 40 CFR 121.1(n). NWP 3, 4, 5, 6, 7, 12, 13, 14, 15,16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D, and E Thank you for your ongoing partnership in implementing the regulatory programs of the CWA. Should your office have any questions, please feel free to contact our staff: 1) Paul Kaspar at 214-665-7459, Kaspar.Paul@epa.gov; 2) Daniel Landeros at 214-665-8077, Landeros.Daniel(epa.gov. Sincerely, Charles W. Maguire Director Water Division Appendix H HISTORIC ATLAS MAP 6e•tember2, 202 N 6 ^— E r r cn 0 0 GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20I I W ESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 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 10 % 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. met Subcontractor or exceeded: Utilization Form, if goal is received after the no bid later opening than 2 date, 00 exclusive p.m., on the of second the bid opening City business date. day 2. Utilization stated Good goal: Faith Form, Effort if participation and Subcontractor is less than received after the no bid later opening than date, 2 00 exclusive p.m., on the of second the bid opening City business date. day 3. Utilization Good Faith Form, Effort if no and MBE Subcontractor participation: received after the no bid later opening than date, 2:00 exclusive p.m., on the of second the bid opening City business date. day 4. perform Prime all Contractor subcontracting/supplier Waiver Form, if work: you will received after the no bid later opening than date, 2 00 exclusive p.m., on the of the second bid opening City business date. day 5. Joint exceeded: Venture Form, if goal is met or received after the no bid later opening than date, 2 00 exclusive p.m., on the of the second bid opening City business date. day 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 Phone: (817) 392-2674 Rev. 5/ 15/ 19 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: PROJECT NAME: Check applicable box to describe Offeror's Certification City's MBE Project Goal: 10 Offeror's MBE Project Commitment: OA M/W/DBE NON-M/W/DBE BID DATE PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/13/19 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required listed first, use additional to identify sheets ALL subcontractors/suppliers, Please note that regardless only certified of MBEs status; will i.e., be firms are to be Minority counted and to meet non -MBEs. an MBE MBE goal. if necessary. SUBCONTRACTOR/SUPPLIER Address Email Name T i e r M B E W B E N o n M B E Subcontracting Detail Work Supplies Purchased Detail Dollar Amount Person Company Telephone/Fax Contact ■ Rev. 5/15/19 FORT WORTH ATTACHMENT 1A Page 3of4 Offerors listed are required first, use additional to identify sheets ALL subcontractors/suppliers, Please note that regardless only certified of MBEs status; will i.e., be goal. MBE firms are to be counted Minority to and meet non an -MBEs. MBE if necessary. SUBCONTRACTOR/SUPPLIER Company Address Email Name T i e r M B E W B E N o n M B E Subcontracting Detail Work Supplies Purchased Detail Dollar Amount Person Telephone/Fax Contact Rev. 5/15/19 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 1 B Page 1 of 1 OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: 10 % Offeror's MBE Project Commitment: % Check applicable box to describe Offeror's Certification M/W/DBE NON-M/W/DBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1 C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If project, yes, please this is provide your normal a detailed business explanation practice that and proves provide based an operational on the size profile and scope of your of business. this NO Will you perform this entire contract without suppliers? YES If project, yes, please this is provide your normal a detailed business explanation practice that and proves provide based an inventory on the size profile and of scope your business. of this NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form ATTACHMENT 1C Page 1 of 4 OFFEROR COMPANY NAME: Check applicable box to describe Offer or's Certification PROJECT NAME: MNV/DBE NON-MNV/DBE BID DATE City's MBE Project Goal: 10 Offeror's MBE Project Commitment: 0/0 PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/15/19 ATTACHMENTIC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing No 3) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach MBE mall listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) No 5) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? ❑ Yes No (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ No Yes (If yes, attach email confirmation to include name of MBE firm date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplie opportunity to be in compliance with questions 3 thru 6. 7.) Did you provide plans and specifications to potential MBEs? Yes I No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 5/15/19 ATTACHMENT1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? (If yes, attach all copies of quotations.) Yes No 10.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address Yes the corrections needed.) n No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 5/15/19 ATTACHMENT IC Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice(cilfortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. • Joint Venture Page 1 of 3 Name of City project: A joint venture form must be completed on each project RFP/Bid/Project Number: 1. Joint venture information: Joint Venture Name: Joint Venture (If applicable) Address: Facsimile: Telephone: E-mail Cellular: Please attach extra sheets if additional space Identify is the required firms to provide that comprise detailed joint venture the explanations joint venture: of work to be performed by each firm comprising the MBE name: firm Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 5/15/19 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing personnel of management d. Purchasing of major and/or supplies equipment Supervision of field operations The City's Office of Business Diversity will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Office of Business Diversity immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/15/19 Joint Venture Pa 3 of 3 The necessary agree herein. The venture for termination The of the joint provision venture's statements Name of MBE undersigned affirms to identify and to provide to the joint City also reserves is eligible. Failure of the eligibility undersigned agree venture by any shall result in the eligibility and or willful misrepresentation firm AFFIDAVIT that the foregoing statements explain the terms and operation venture the stated scope the right to request any additional to cooperate and/or provide requested process. to permit audits, interviews with authorized representatives of termination of any contract, may initiate action under Fede of facts. are true of the joint of work, information information owners the City which may al, State Name of and correct and include all material information venture. Furthermore, the undersigned shall files this false decision -making responsibilities and payments deemed necessary to determine if the joint within the time specified is grounds and examination of the books, records and of Fort Worth. Failure to comply with be awarded under the provisions of this joint and/or Local laws/ordinances concerning non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of ()ogler Signature of Owner Title Title Date Date State of Notarization County of On this day of , 20 __.._, before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 GC-6.07 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 W ESTSIDE III — PHASE I — 42-INCI I WATER TRANSMISSION MAIN City Project No. 102688 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 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 Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 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 BKV Contractor Agreement and LONO Enlink LONO Atmos LONO Floodplain Permit FDP-22-00143 Floodplain Permit FDP-22-00232 Tarrant County— Construction Plans Acceptance Letter Tarrant County Utility Permit TxDOT Permit — FTW20220602152140 TxDOT Permit — FTW20220602135938 Texas Historical Commission — Interim Report Approval CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WESTSIDE III — PHASE 1— 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 -I THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688- I LVBKV 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 &VBKV 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. From: Sent: To: Cc: Subject: Attachments: Categories: Charles Vaughan <CharlesVaughan@bkvcorp.com> Wednesday, August 17, 2022 10:55 AM Nelson, Joey; Cameron Cook; Kenny Williamson; Randy Darville Igo, Chris; Tatum, Jenifer; Warchesik, Shelby RE: Fort Worth Walsh Property Gas Line Crossings Plan & Profile Sheets.pdf; Barnett Gathering Crossings -Overall Layout.pdf 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 1801 Cheiry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 I 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, Joey Nelson, EIT Kimley-Horn 1801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 I 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 1801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 I 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. LICK MIDSTREAM March 30, 2022 City of Fort Worth Attn: Steve Cooke — Property Management Division 900 Monroe Street, Suite 400 Foil Worth, TX 76102 Re: Letter of No Objection Proposed 42" Waterline Crossing under EnLink's Mary's Creek 10" Pipeline (GF-913), Tarrant County, 'Texas Dear Mr. Cooke: EnLink North Texas Gathering, LP ("EnLink") is in receipt of the City of Fort Worth's ("City") request to construct, maintain, operate, inspect, repair, replace and/or remove a forty-two inch (42") waterline, as mole particularly shown, described and detailed on the drawing(s) attached as Attachment 1 hereto and made a part hereof (referred to herein as the "City Facilities") under and/or within close proximity to a portion of the Mary's Creek 10" Pipeline and pipeline -related facilities operated by EnLink (referred to herein as the "EnLink Facilities"). EnLink desires to work with City to ensure the continued safe operation of the EnLink Facilities. This letter serves as confirmation that EnLink has no objection to the proposed construction, maintenance, operation, inspection, repair, replacement, and/or removal of the City Facilities, subject to the following qualifications and requirements: 1. Any plan changes, requiring excavation or other modifications to the City Facilities, in areas near the EnLink Facilities, must be preapproved, in writing, by EnLink, prior to construction. 2. Review and/or approval of any plans or drawings by EnLink shall not constitute an assumption of any responsibility by EnLink for their accuracy or sufficiency or conformity with applicable laws, and City shall be solely responsible therefor. 3. City agrees to provide advance notice including email) to the EnLink representative designated below at least seventy-two (72) hours prior to the commencement of any construction, maintenance, operation, inspection, repair, and removal of the City Facilities or any equipment or machinery being located within twenty-five feet (25') of the EnLink Facilities. Colin Brammell, Senior Landman colin.brammell@enlink.com Emergency---1-866-394-9839 1722 Routh Street, Suite 1300) Dallas, TX 75201 Office: 214.953.9500) Fax: 214.953.9501 EnLink.com City of Fort Worth March 30, 2022 Page 2 EnLink shall have the right to have an EnLink representative on site to oversee any work or activity taking place within twenty-five feet (25') of the EnLink Facilities. Such representative may immediately suspend or terminate any work if, in such representative's reasonable judgment, such work presents a threat to the safety or integrity of the EnLink Facilities, and EnLink will not be liable to City, its contractors, consultants or any other associated party for any costs or expenses associated with such suspension or termination. 4. All EnLink pipeline locations and elevations must be field -verified. An EnLink representative shall do all line locating. 5. No excavation is permitted within fifteen feet (15') of any EnLink pipeline, except as otherwise permitted herein. 6. A minimum vertical clearance of twenty-four inches (24") must be maintained between any EnLink pipeline and the City Facilities. In addition, a two foot by two foot (2'x2') "sight window" shall be dug at the crossing location so that EnLink personnel can witness the bore crossing. 7. No heavy equipment, such as backhoes, bulldozers and excavators, shall cross EnLink's right- of-way without dragline mats installed over EnLink's underground facilities. Dragline mat bridges shall be used to eliminate excessive loads from being imposed on EnLink's underground facilities. In addition, the maximum wheel load should be no greater than 25,000 lbs. for any equipment crossing EnLink's underground facilities. 8. City agrees to provide as -built drawings of the City Facilities within thirty (30) days of EnLink's request therefor. 9. Without limiting any of the foregoing, City shall at all times conduct its work safely, expediently, and in such a manner so as not to unreasonably interfere with or impede the operation of the EnLink Facilities. 10. City agrees to maintain and repair the City Facilities and keep same in goad condition at City's sole expense. In no event shall City remove any cover and/or decrease the grade from EnLink's right- of-way, except as otherwise temporarily permitted herein for the construction of the City Facilities in accordance with the plans approved by EnLink. After the completion of construction, City shall restore all cover removed from the EnLink right-of-way back to the condition that existed prior to construction. 11. In accordance with prevailing industry standards, City will provide and maintain proper and effective protection to the EnLink Facilities so as to prevent any damage resulting from City's use of EnLink's right-of-way. 12. City will pay all damages caused to EnLink's Facilities that results from the project described herein or the construction and/or maintenance of the City Facilities. City of Fort Worth March 30, 2022 Page 3 13. To the extent permitted by the Constitution and laws of the State of Texas, City agrees to indemnify, defend and hold EnLink, its parent, affiliates, subsidiaries, and their directors, officers, employees, representatives and agents ("Indemnitees") harmless from and against any and all actions or causes of action, claims, demands, liabilities, loss, damage, injury, suit, proceeding, judgment or cost (including, without limitation, court costs and reasonable attorneys' fees) for personal injury to or death of any person, or damages to any property, caused by or arising out of the construction, maintenance, operation, inspection, repair, replacement or removal of the City Facilities, REGARDLESS OF WHETHER ARISING FROM OR ATTRIBUTABLE TO THE STRICT LIABILITY, NEGLIGENCE OR OTHER FAULT OF ENLINK OR THE INDEMNITEES OR ANY ACT OR OMISSION WHICH MAY RESULT IN IMPOSITION OF STRICT LIABILITY (BY STATUTE OR UNDER COMMON LAW) UPON ENLINK OR THE INDEMNITEES, but not to the extent caused by the gross negligence or willful misconduct of EnLink. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The City of Fort Worth has not and will not create a sinking fund or collect any tax to pay any obligation created under this section. 14. This letter shall not be construed as a grant to City of a right of way, easement, or any other interest, but only grants a permit for the limited encroachment across EnLink's existing right-of-way as herein provided. City will be responsible for securing any rights to the property from the owner of the property on which the City Facilities will be installed. EnLink makes no warranty, express or implied, as to title to the property on which the City Facilities will be installed, and the consent herein given is subject to all prior grants, reservations, encumbrances, occupancy and crossing agreements, if any, whether made by EnLink or others and whether or not of record. EnLink consents to any encroachment by the City Facilities only to the extent that EnLink has the right to grant such consent. 15. It is agreed that EnLink will maintain its prior rights and privileges. This letter neither supersedes nor negates any rights granted to EnLink under EnLink's agreement(s) and/or documents creating the EnLink's rights to the property. 16. The requirements set forth herein shall be binding on the parties hereto, their heirs, successors and assigns. [signatures on following page] City of Fort Worth March 30, 2022 Page 4 Please indicate your acceptance of the foregoing by executing in the space provided below and returning a copy to Colin Brammell at colin.brammell@enlink.com. Sincerely, EnLink North Texas Gathering, LP By: EnLink Energy GP, LLC Its Geller; Partner By: Name: Christopher J. Greneaux Title: Director of Land ACCEPTED AND AGREED TO this day of Apr 13, 2022 , 2022. City of Fort Worth bi B ur, 8u/u2e y: Dana Burghdoff (AV r 13, 20 11:37 CDT) Dana Burgdoff, Asst. City Manager _MOS energy Dana Burgdoff City of Fort Worth Re: Westside III Phase 1— Phase 2, 42-inch Water Main 200 Texas Street Fort Worth, TX 76102-6314 Dear Dana Burgdoff: It is Atmos Energy Corporation's (Atmos Energy) understanding that the City of Fort Worth is proposing to install a 42-inch Water Main below Atmos Energy Corporation's pipeline referred to as "Line WX" per design file name "Phasel-AtmosCrossings.pdf" and maintain a minimum thirty-four inches (2'-10") separation where, Atmos Energy's existing 24" Steel High Pressure pipeline and will maintain a minimum cover of one hundred fifty-six inches (13'-0") below finished grade and Atmos Energy's existing 8" Poly Distribution line will maintain a minimum cover of forty eight inches (4'-0"). The City of Fort Worth is also proposing to install a 42-inch Water Main below Atmos Energy Corporation's pipeline referred to as "Line WX" per design file "Phase2-AtmosCrossing.pdf" and maintain a minimum one hundred seventy-nine inches (14'-11") separation where, Atmos Energy's existing 24" Steel High Pressure pipeline and will maintain a minimum cover of sixty inches (5'-0") below finished grade. Atmos Energy has determined that the construction of the proposed water line will not present a significant conflict based on the given design criteria/information and will not object to the construction of the proposed project, provided that this letter is executed and returned prior to the commencement of the construction and the following additional criteria are followed: • An Atmos Energy representative must be present during any and/or all work within Atmos Energy's easement. Atmos Energy representative must be notified at least 3 days (72 hours) in advance of any activities within the vicinity of Atmos Energy facilities to avoid any delays in field activities. It is the operator's responsibility to be familiar with 811 One Call Laws and have a valid locate number prior to excavation. • Atmos Energy's facilities have been potholed, and figures are shown on the included exhibit(s). • Mechanical excavation (and/or compaction), is not allowed within three feet (3') horizontally or vertically from Atmos Energy's facilities. • Excavation (and/or compaction) closer that three feet (3') horizontally or vertically from Atmos Energy's facilities must be done by hand. • Heavy equipment crossings of the pipeline that may create ruts and potentially decrease the cover over pipe shall only cross with appropriate matting. • At no time may cover be removed from the easement or right-of-way without the prior written approval of Atmos Energy. • Atmos Energy's easement will be protected from washing and erosion during construction and/or repairs. Atmos Energy Corporation 5420 LBJ Freeway, Dallas, Texas 75240 Dana Burgdoff August 29, 2022 Page 2 • Equipment, materials, or excess dirt will not be stored on the easement during construction without the prior written approval of Atmos Energy. • Fences and/or structures shall not be installed within the pipeline easement area of any kind by the contractor / operator of facility. • Atmos Energy shall not be liable for any damages to the encroaching facility, as a result of Atmos Energy's use or enjoyment of its Easement. • Atmos Energy reserves the right for future uses of this easement, including but not limited to, ingress and egress, reconstruction, removing, relocating, maintaining, operating, etc., of any of its facilities. • Impact/conflict analysis was based on and is limited to drawings and documents submitted to Atmos Energy, as referenced above. ANY change in scope of work contained in these drawings must be resubmitted for re -review and approval. You are not authorized to commence work until we have received a signed copy of this letter. Sincerely, Jacob R Lindsay, PE Mgr Engineering Services Atmos Energy Corporation Mid -Tex Division (806) 777-0274 City of Fort Worth 1ST BcW4&aff By: Dana Burghdoff (Ott 19, 20270.00 CDT) Dana Burghdoff Title: Assistant City Manager Oct 19, 2022 Date: 8/15/22 8:08am K:\ftw_utilitles\081018380—weatafdelfi-30—fn—wl\CADD\SHEETS\Waataide P&P (0+00 — 38+00]).dwg LEGEND MPROPOSED TEMPORARY CONSTRUCTION EASEMENT APPROXIMATE PAVED AREA OF FUTURE WALSH RANCH MINOR 1 SHEET NOTES: 1. MAXIMUM JOINT DEFLECTION FOR DIP =1.0', CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 2. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDERED TO THE VARIOUS ITEMS BID. 3. CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS LINES PRIOR TO CONSTRUCTION 4. UNDERGROUND FRANCHISE UTILITY MAY BE IN CONFLICT IN AREAS. CONTRACTOR IS RESPONSIBLE FOR LOCATING UTILITY AND COORDINATING ANY NEEDED RELOCATION OF THE LINE (TEMPORARY OR OTHERWISE). THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT 5. IF THE WESTSIDE III, PHASE II 42" WATER MAIN HAS BEEN INSTALLED (BY SEPARATE CONTRACT) AT THE TIME OF CONSTRUCTION, THEN CONTRACTOR SHALL INSTALL BUND FLANGE, TEST WATER LINE, AND CONNECT TO THE PROPOSED WATER MAIN WITH 42" FLANGE CONNECTION YM1TH FLANGE ISOLATION ASSEMBLY (SEE SHEET 32). IF THE WESTSIDE III, PHASE II 42" WATER MAIN AT THE CONNECTION POINT HAS NOT BEEN INSTALLED, THEN INSTALL THE WATER UNE AS SHOWN IN THE PLANS. JOINT RESTRAINT LENGTH (AY/WA C200): k EXISTING 50' 1 GAS EASEMENT T. N . D212068611) PROPOSED 42" WATER LINE B CPU 102688-2 (BY OTHERS) 0+00 9 BH-1 ISOLATION JOINT TEST STATION 0 SEE SHEET NOTE 5 RE: SHEET 38 STA: 0+00 BEGIN 42 INCH WATER LINE A CONNECT TO WS III PHASE 2 WATER MAIN (BY OTHERS) INSTALL: (1) BLIND FLANGE N: 6947768.87 E:2264241.25 4 STA: 0+46.72 INSTALL:\ (1) 42" 45' HORIZ. BEND, eH = 45.0' RT\ N: 6947815.58� E• 2264241.35� STA: 0+61.42 INSTALL•. (1) 42" 45' HORIZ. BEND N: 6947825.96 E ,2264251.77\ ri 1r�N \� •7'bar \�������� ANODE TEST STATION 2 RE: SHEE T BE► 69 3 EXISTING 50"-X 50' GAS EASEMENT (INST. NO. D213174809) STA: 2+56.13 INSTALL. (1) 42" 45' ROLLED \di = 45.36' RT \eV = 1.33' DN \N: 6947825.54 E: 2264446.48 STA: 2+77.63 INSTALL: (1) 42" 45' HORIZ. BEND S I = 44.49' LT N: 6947840.81 E: 2264461.62 \`. I-30'X15' BORE PIT FOREIGN PIPELINE TEST STATION 3 RE: SHEET 38 STA: 0+00 TO STA: 7+00 STA: 3+04.72 BEGIN 42" WATER CARRIER ��\PIPE IN 66"STEEL CASING OR TLP I BY OTHER THAN OPEN CUT ' RE: D106M,0107M,D108/30 N: 6947867.89 \E:2264461,74- - - - STA: 3+54.87 \ \END 42" WATER CARRIER \PIPE IN 66" STEEL CASING OR \BY OTHER THAN OPEN CUT \RE: D106M,D107M,D108/30 N: 6947918.04 E_ 2264461.98- . - STA: 3+79.57 \INSTALL: \(1) 42"X16" OUTLET N: 6947942.74 E: 2264462.09 PROPOSED 16" WATER MAIN C (SEE SHEET 28 • 01 10 1 PROPOSED 50' -1 is-- FERMAIIENT EASEMENT IQ F- P1 ail " � ��I Z 721 MAP # 1988-388 MAP // 1988-384 MAP # 1988-380 MAP // 1988-376 MAP # 1988-372 WALSH RANCHES UIOTED PARTNERSH P (VOL 12624, PG. 92) PROPOSED TEMPORARY CONSTRUCTION EASEMENT (SEE SHEET 7) CAUTIONI EXISTING GAS UNES FUTURE WALSH MINOR 1 110' RIGHT-OF-WAY ��.\‘.\�'\ STA: 4+26.62 INSTALL (1) DUAL 8" AIR RELEASE VALVE WI VAULT AND PROTECTIVE FRAME RE: 4/34 N: 6947989.79 E:2264462.31 EXISTING 16" BKV GAS UNE CAUTION, FIBER OPTIC UNE EXISTING 4.5" BKV GAS UNES 895 I I I I I I I I I I I 1 I �I 695 I,, ■ ■■ ++ Z 04 J � Q F ■■■■ DRILLED SEEDING M' n H Z m z>� N 0 o r7 CARRIER -ENOR- _C D108_10 M M rt r O N h co of ,n M S AL --BEN L1.OT_UP 864.78 ACCEPI DRILLE S EDING ■ DRI 0 SEED ��� ■■ EX STI FIBER OP C■■� OTHEF -INSTAI _FLAN. ■■ DEEP TRENCH ACKF1LL ,o u> + N ¢ w • * m ,a i7 ,o z i M tel CO - N •- II .f 11 co co CO I. o ¢ v O O t? _ 0 0 m co " E. ABLEI D001, B • D • 03/29 I LU I D Eli TRENCH E. I D005; BACK 0103 . F e • CP R'ROXi. EU RE ATE-G•At WALSH RA ING ■ Q COND ■■■■ a _+ a ce PI E:-D005,-1103/29 I CH N-gym u Q rn i _.. i- v1 'GII1 42" WATER Lk»_ TEEtHCASIN 0_TjHE THAN_0 r. p10M,D1O7M ctto aWCo vt 3 r: , t¢--��.J N � a STING Jam. MIN, R ■■ 03 ■■■■ ■■ tat l ■■■■■■ G•OU D, -� ■ 'S �� ■■■ ■■ ■n■■ ■■■■■■ n ■ ■■■■■■■■ ■■■■■■■ ■■■■■■■�■■■■ ■■ Z ■ ■■■■ N ■■■ �Li .� f ■■■■■ ■. .n■■ ■■■■■■■ ■■■■n■■■■■■■ Q 885 ■ m m � �.i■iia�s�.�i■i � 885 ■■■MIEI■ � - - N z iii iim�■ ■iiii■ii ■■■■■■iiiiM�11111111rThi"„ 1 �■���■■ . n■H■ ■■�■ ■■■■■ ■■■■■■■■■■■■■■■■■■■■■ ,� 880 �P,■■ rias ! 5' 880 2 ■■ i E S NG 24" ■ ■ ■■ 0• MOE iNE Ii■■■mei ■■ni ■■■■■■■ m■■■■ ■■■■■■■ o 0 ti■n■■■■■■■,■■■■�■ ■■ ■■■■■■■■ ■■■ ■■■■ ■■ I ■ ■■H■n■ I ■■■■■■■■■■■■■■■ ■■ ■■■ ■■ ■ �■■ KM ■ ■■ I 1 I 010 0 _■ 875 1 875 P 0 'v' OSE - P M INl-A IN H Ill , ■■ ■i1�■■■■■■■ ■ ■■ G1■■ - �Roe �... A■`■ ■�I■■ ■■ILNI i■■■■■■■ ■■■■■■■■■ ■ J I ■ ■ �L:.■■■■■■■■■■li■■Q�i■■■mai■/ 111111a1F51,A- ammo SL. . EXISTIN t IT%■Ir■ISM ■W■■ W■W■ W I- ■■ tnt 87Q � ■■ ■■ T�illip 11 ll ; ■■■■■■ ■� ■■I, ® .,i ■�■■ �'lstjOXIMATE�1b-BA E TRAINED • IPE 3 elm OWN IS,87Q I � p■■� 2.89 , STEE6-PIPE I 1NAG P� YORE OR SHALL(N1 865 ISIIIIIE0 nSU:MITCALCULATIONS iTEB FOR RESTR%INT LENGTH 865 �1Jil 0. 0 I QUI•CTED PPE TN SHOP D AYANGS.1 ■ ■■■■� �.n a■.1 ■aimIraj ■.`� . l... ■■ .... ■ .. ■■■■■ �■■ �ea.1 I MIL PROPOSED WATER CP BY 42-INCH MAIN oOTHER ) B Ii__P �ar ■■ 860 .■■PJUW ria �Mi' ■ '• ■ ■■■■■■■■■t-_-■■.■n■■■■ g jss1r ■■■1■��■�n'�.�■■I s ���� � ■ ■to . Fur Et......�inima �r� t ..■■ ■■. II 860 ■■l v wall � �■W■i W■ ■■■■ ___ ■■■■■■■■ ■ ■■■■■■ teg�______ � ■■�m■ a�■■■ii�ii■ s 855 ■ ■ i.■■ ■■■ ■ N i.■■■.■i.■■.i■i.■■.■i.■i.■ ■.■■.■ a�I.I .■.■.■ a ..... --I I-1 IS-TA:3+7 INSTALL:R69 (1 )1-42"X1 ! + INSTALL: (1 }'42,-1 AV+ 11.3: FL 87E +��� ... i �■�■ __�■.■..■ w ■■.■.■ ■ Q Q..�..�_wt 1 C ■.■.■■.■■.■i..■ 855 cn m z;17. c'C� t ii NOTES ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACIUTIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACIUTIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBIUTY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACIUTIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL 151LL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTIUTIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTIUTY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTIUTIES PRIOR TO CONSTRUCTION. WARNING! UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS TOMMY W!WAMS RODNEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS AT&T/SBC ONCOR ELECTRIC ATMOS GAS ENLINK MIDSTREAM BKV CITY OF FORT WORTH WATER DEPARTMENT BENCHMARKS 800) 344-8377 817 338-6013 817 355-7026 214 206-2789 817 487-1560 817 584-5371 (817) 392-8293 (817) 871-8296 1. CITY OF FORT WORTH MONUMENT #9015 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV: 867.41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD. BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT //9038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTH VIEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV: 803.47 PROFILE SCALE: 1" = 40' H 1" = 4' V THIS DOCVVDIT IS I\COMPLETE AND IS RELEASED TEVPORARLY FOR IMTERii REM ONLY. IT IS NOT NTDOUI FO:2 CONSTRUC1104, B3)DI`rG, OR PERVIT PURPOSES. SHELBY WARCHESI:< P.E. 0 40 80 120 _ SCALE: 1" = 40' SERIAL NO. 140963 DATE: August 2022 REV. COMMENTS BY DATE A 2 A ORTWORT CITY OF WATER FORT DEPARTMENT WORTH, TEXAS WESTSIDE III - PHASE I - 42-INCH WATER MAIN PROPOSED STA 42-INCH 0+00 WATER - 7+00 MAIN A Kimley>» Horn 801 Chary st. Wit it, alto 1900, Fort Walk TX 79102 811-358-6511 TBPE No. F-92E1 DESIGN: SOW DRAWN: TLH CHECKED: JRT DATE SCALE PROJECT NO. SHEET AUG. 2022 1"=40'H 1"=4'V CITY PROJECT #102688-1 0 E d K:\ftv_utllitlea\061018380—weataldelf-30-1n—wl\CADD\SHEETS\Wentelde P&P [E3+00 — 92+00]).dwg O O co r` i- CV W zzJ = W 1--• W < 2 00 0 79+00 / j - TAP - `11 CITY OF FORT WORTH (RIST. NO. 0211267292) 80 0+ IYT - !JOT CITY OF FORT WORTH (INST. NO. D211287292) LEE U BASS. TRUSTEE FOR THE 820 MANAGEMENT TRUST (INST. NO. D199129419) PROPOSED 50' WORK AREA 81+00 STA: 83+83.18 BEGIN 42" WATER CARRIER PIPE IN 66" STEEL CASING OR TIP BY OTHER THAN OPEN CUT RE: DI06M,D107M,0108/30 N: 6952230.25 E: 2288227.04 -STA: 83-eO&6 STA: 83+16.62 INSTALL: (1) 42" BUTTERFLY VALVE W/ VAULT RE: 0128M/32 N: 6952230.94 E: 2268160.47 82+00 PROPOSED 42-INCH WATER MAIN INSTALL: (1) 42"X16" OUTLET N:6952230.42 E: 2268210.47 HORIZONTAL THRUST BLOCK RE: D1130/30 - N30'X(5` \ BORE PM' •r ANOOE BED EST STATION 8 (6) RE: SHEET 39 .ceito� .. .. j $TA: 83+6�.62. . OFFSET 13.35' .RT INSTALL. • (I) • 16" • GATE• VALVE WI VAULT RE:, D127/31 1'1:,69 2217:0.7 PROPOSED TEMPORARY WORK AREA (SEE SHEET 7) r- - STA: 83+66.62 - - MATCH LINE STA 86+00 SEE SHEET 22 ���� �I {r�rlono. a■ LOT 2,BLOCK 1 SLAUGHTER ACRES APl(J I ROAq I� � ) i (INST. NO. 0220090398) OFFSET 3325' RT INSTALL: (1) • 16"• BLIND FLANGE N6952197.18 E: 2268210:13 CASING. AND fOREI PIPEUNE CROSSING TEST STATION' 9 RE:'SHEET 37 AND'38 10' ENUNK PRODUCT LINE BASED ON SUE. 'LEVEL A . •T/P EI,EY..=. 789.Qj' . WESTSIDE III 42-INCH WATER MAIN A 1 2 EXISTING CHAIN LOT 1, BLOCK 1 UNK FENCE SLAUGHTER ACRES (INST. NO. D220090398) STA: 84+54.32 END 42" WATER CARRIER PIPE IN 66" STEEL CASING OR TLP BY OTHER THAN OPEN CUT RE: D106M,D107M,D108/30 N: 6952229.52 E: 2268298.17 TA: 84+58.86 INSTALL: (1) 42" 90' BEND I�H= 90.5' LT rV= 1.70' UP 6952229.48 : 2268302.71 N15'X15' BORE PIT EXISTING PIPE RAIL FENCE EXISTING 24" RCP CULVERT I. A -I CHARM ROAD COUNTY ROAD 1029 ASPHALT PAVEMENT 30' ROW) LEE u Bit FOR MANAGQIEN (INST. N0101 TRUSTEE 820 TRUST 129419 CASING AND`_EARE, PIPEUNE CROSSING TEST STATION 10 RE: SHEET 37 AND 38 8" ATMOS GAS LINE BASED ON SUE LEVEL A T/P ELEV. = 791.33' SHEET NOTES: MAP # 1988-388 MAP # 1988-384 MAP # 1988-380 MAP # 1988-376 MAP # 1988-372 1. CONTRACTOR SHALL REPAIR OR REPLACE EXISTING DRIVEWAYS TO EXISTING CONDITIONS.THE COST SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 2. CONTRACTOR SHALL MAKE PROVISIONS TO PROTECT EXIST1NG FENCES. ANY DAMAGE CAUSED SHALL BE REPAIRED BY THE CONTRACTOR. THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 3. CONTRACTOR SHALL PROVIDE TEMPORARY FENCING TO ANY PROPERTY WHERE FENCING HAS BEEN DISTURBED. THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 4. MAXIMUM JOINT DEFLECTION FOR DIP =1.0; CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 5. ALL SURFACE REPAIR SHALL BE IN ACCORDANCE V4TH SURFACE REPAIR SHEET 40 6. CONTRACTOR SHALL REPAIR DITCH TO EXISTING CONDITIONS. THE COST OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT 7. CONTRACTOR SHALL REPAIR ALL CULVERTS TO EXISTING CONDITIONS. THE COST OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT 8. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER UNES. TEMPORARY PLUGS SHALL BE CONSIDERED TO THE VARIOUS ITEMS BID. 9. CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS ONES PRIOR TO CONSTRUCTION.CONTRACTOR SHALL NOTIFY DESIGN ENGINEER OF ANY DISCREPANCIES IN THE DEPTH OF EXISTING GAS UNES. 10. UNDERGROUND FRANCHISE UTIUTY MAY BE IN CONFUCT IN AREAS. CONTRACTOR IS RESPONSIBLE FOR LOCATION UTILITY AND COORDINATING ANY NEEDED RELOCATION OF THE LINE (TEMPORARY OR OTHERWISE). THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT 11. CONTRACTOR SHALL MAKE PROVISIONS TO PROTECT EXISTING TREES. EXISTING TREE CANOPY MAY REQUIRE PRUNING. AU. TREES SHALL BE PROTECTED PER DETAIL 1/33. PUNNING SHALL BE REQUIRED THROUGHOUT TEMPORARY WORK SPACE PRIOR TO BEGINNING EXCAVATION TO ENSURE MINIMUM 14' CLEARANCE THROUGHOUT WORK AREA. CONTRACTOR SHALL PROVIDE DOCUMENTATION INDICATING THE CERTIFIED ARBORIST THAT WILL BE PERFORMING THE WORK PRIOR TO BEGINNING PRE CONSTRUCTION TREE TRIMMING 12. PERFORM ROOT PRUNING ON ALL EXISTING TREES TO REMAIN WHERE CONSTRUCTION ACTIVITY FALLS WITHIN THE DRIP LINE OF EXISTING TREES. ALL ROOT PRUNING SHALL BE PERFORMED BY HAND WITH A SAW OR OTHER CUTTING TOOL. NO ROOT PRUNING SHALL OCCUR BY MEANS OF EXCAVATION EQUIPMENT. JOINT RESTRAINT LENGTH (AWWA C200): STA: 79+60 TO STA:86+00 i 800 I I III II 800 'RILLED. 11T tE SEEDING 01 PINS I� - - - - _ _ - _ allei.el�. EMI .,• � I NE .a DI G/AJFHA-T ACC +�,-FA T1 E A LAY I 3 9 R R a10a; OPIAIR H HALT TPENCH 795 I ■ EXISTING 6CUE 1 NLINK - �R POI- R :-0 ' CCEPTA:LE N, OOOt, BACKFILL 795 do 0103/ 9 ■ EXI 'TING Imp: A AS LINE 015 EXIST1N 80ctE PIT �� 790 OUN° I -'' I sn Nc IBER •' c _UT - r _ o frI I 'X15' 1 I fB REPI' ;790 785 i 785 •_._$.•4 qIJI+ t11JIi W oo f 3,00' ��g ' 1 0 a+o�� _ U' 780 Q I- o� CVO 0.�4% , 780 r - �� I iiI Z w� W PRWA-ER Q Q 42-INCH M,�' MAIN `11, IIIII I I 775 w wi ® S a / f ■�■ 775 H rCd1 _ II Ha ..(II 1 RC -MANED PPE LENGTH SHOWN IS I 770 APPROXIMATE 4OAYEO-S AND BASED P PE C -OR 0 TRA4TOR-4HA,1 RESTRANT POLYUR-ETF L.ET ANE T. EXIST1 Ni 24 cc 770 SUBMIT CAICI CMS Q O i, 1 a.- r1 o 2 -ELEV.=7f A ES OS M GAS LINE �'� {IONS A a 3, /P 4' R CORED BASED PPE ON WV1 ACTUAL SHOP VALUES DRAYHNGS, FOR , z /2 V r4 z �l SE.E r-I If • m w� 0 765 t0 M i n- .55�5— 183118 N-- M N omr�•_ o d STA: 841158186 "-90'-$Et b_S' LT Q-m 765 cp n �j -¢ n4 + INSTALL• crr42'-B� W/ vauu 0''/is• STA: 834 IINSTALL:-'80 ST : 83 BEGIN J42j o mo - c�n� `O � 1��� coao R,• o I W `. aI i��� a ve, cn v„ o 4' d6' vei n m (AA 78+00 79+00 80+00 81+00 82+00 83+00 Y 84+00 85+00 2 86+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACIUTIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACIUT1ES OR AN PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBIUTY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACIUTIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACIUTIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTIUTY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING! UNDERGROUND UTIUT1ES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS TOMMY WILLIAMS ROONEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS AT&&T/SBC ONCOR ELECTRIC ATMOS GAS ENUNK MIDSTREAM BKV CITY OF FORT WORTH WATER DEPARTMENT 800 344-8377 817 338-6013 817 355-7026 214 206-2789 817 487-1560 817 584-5371 (817 392-8293 (817) 871-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV: 867.41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD. BRIDGE OVER MARYS CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTH VIEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV: 803.47 us DOCUMENT IS INCOUPLETE AND IS RELEASED TEMPORARILY PROFILE SCALE: 1" = 40' H 1" = 4' V FOR MU REV.EW 01.Y. IT IS 0 40 80 120 NOT MEWED FM COISTRVCTKN, BOOM, OR PERMIT PURPOSES. SHELEY MARCHES%C P.E. I SCALE: 1" = 40' SERIAL NO. 140963 DATE: Auauet 2022 REV. COMMENTS BY DATE 1 A ORTWOR CITY OF WATER FORT WORTH, DEPARTMENT TEXAS WESTSIDE III - PHASE I - 42-INCH WATER MAIN PROPOSED STA 42-INCH 78+00 WATER - 86+00 MAIN A Kimley>»Horn CMO rY 8t. Lit 11, e�MFat Walk TX 7et02 811.888-een T3! Na P-026 DESIGN: SOW DRAWN: TLH CHECKED: JRT DATE SCALE PROJECT NO. SHEET AUG. 2022 1"=40'H 1'=4'V CITY PROJECT #102688-1 21 AAA3.kkkAAAS l l l s l l l l l k 1 l C:\ftw_ut1IItloe\061018380—woatafdol1-30—In—wl\CADD\SHEETS\Ylontoldo P&P [92+00 — 119+501dwg 0 O O I H NI , U F-11- 0 N W W -_� • LEE M. BASS, TRUSTEE FCR THE 820 MANAGEMENT TRUST (INST. NO. D199129417) STA: 109+64.57 BEGIN 42" WATER CARRIER PIPE IN 66" STEEL CASING OR RP BY OTHER THAN OPEN CUT EXSITING 24" ATMOS RE: D106M,D107M,0108/30 GAS UNE N: 6954735.17 EXISTING2O" ENUNK E:2268306.85_ PRODUCT UNE ■ I J +-EXISTING 12" RCP CULVERT CHAPIN ROAD COUNTY ROAD 1029 (ASPHALT PAVING) (VARIABLE WIDTH ROW) .108+00 h 11 EXISTING DIRT DRIVEWAY STA: 109+84.57 END 42" WATER CARRIER PIPE IN 66" STEEL CASING OR TLP BY OTHER THAN OPEN CUT RE: D106M,0107M,D108/30 N: 6954755.17 E: 2268306.88 '>t CHAPINROAD J •- MATCH LINE STA 113+00 SEE SHEET 26 .__.. _,1rrr STA: 112+26.62 / INSTALL:\ (1) DUAL 8" AIR RELEASE VALVE / W/ VAULT AND PROTECTIVE FRAME RE: 4/34 / N: 6954892.73 / E:2268193.73 /' / / ! / i ,109+00 4-- Y --F�_ ;L I r•30'X15' BORE PIT FOREIGN PIPEUNE 13 PROPOSED 42-INCH RE TESTS SHEET 38 WA1ER MAIN (SEE SHEET NOTE 13) CALLES 6.071 ACRES RICHARD SAWAU SMDEH AND EUEIZABETH SMDEH INST. NO. D220172851 EXISTING 12" CMP CULVERT EXISTING GRAVEL DRIVEWAY STA: 111+29.24 INSTALL (1) 42" 45' HORIZ. BEND di= 45.17' LT N:6954893.20 E:2268291.11 STA: 111+06.66 INSTALL: (1) 42" 45' HORIZ: BEND AH=.45.20' LT , '6954877.27/ i :226830T10 BHA/ Zta 4 0 Ns -< 2 4,4 /I 5r 0 0, o N; BORE PIT FOREIGN -PIP NE TEST STATION-13 RE: SHEET 38 (SEE SHEET NOTE 13) 8" ATMOS GAS UNE BASED ON SUE LEVEL A T/P ELEV. = 857.25' EXISTING WOOD FENCE EXISTING 12" RCP CULVERT LONE STAR GAS COMPANY (VOL 2483, PG. 155) P S • II _ Ural / / £ OLD/WEATHkRFCH ROAD / / T WORTH TERI UNE / / I / / 2I I I I :1 I I 3 \ \ ` \ t \\ \I 3 61 \ WESTSIDE III 42-INCH WATER MAIN A CHAPEL CREEK LIMITED PARTNERSHIP (INST. NO. D0011029000) MAP # 1988-388 MAP # 1988-384 MAP # 1988-380 MAP # 1988-376 MAP # 1988-372 SHEET NOTES: 1. CONTRACTOR SHALL REPAIR OR REPLACE EXISTING DRIVEWAYS TO EXISTING CONDITIONS. THE COST SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 2. CONTRACTOR SHALL MAKE PROVISIONS TO PROTECT EXISTING FENCES. ANY DAMAGE CAUSED SHAD_ BE REPAIRED BY THE CONTRACTOR. THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 3. CONTRACTOR SHALL PROVIDE TEMPORARY FENCING TO ANY PROPERTY WHERE FENCING HAS BEEN DISTURBED. THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 4. CONTRACTOR SHALL REPLACE ALL EXISTING DRIVEWAY CULVERTS. THE COST OF CULVERTS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT. 5. MAXIMUM JOINT DEFLECTION FOR DIP =1.0; CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 6. ALL SURFACE REPAIR SHALL BE IN ACCORDANCE VATH SURFACE REPAIR SHEET 41 7. CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS LINES PRIOR TO CONSTRUCTION 8. CONTRACTOR SHALL PERFORM EXPLORATORY EXCAVATION OF EXISTING 24" ATMOS GAS UNE. THE CONTRACTOR SHALL NOTIFY THE DESIGN ENGINEER OF ANY VARIATION IN DEPTH OF EXISTING GAS UNE 9. CONTRACTOR SHALL REPAIR DITCH TO EXISTING CONDITIONS. THE COST OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT 10. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDERED TO THE VARIOUS ITEMS BID. 11. CONTRACTOR TO COORDINATE WITH RESIDENTS AND MAKE PROVISIONS TO ALLOW FOR ACCESS TO RESIDENCES AND PROPERTIES AT ALL TIMES THROUGHOUT CONSTRUCTION 12. UNDERGROUND FRANCHISE UTILITY MAY BE IN CONFLICT IN AREAS. CONTRACTOR IS RESPONSIBLE FOR LOCATING UTILITY AND COORDINATION ANY NEEDED RELOCATION OF THE UNE (TEMPORARY OR OTHERWISE). THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT 13. THE POLE MOUNT FOR THE FOREIGN UNE TEST STATIONS SHALL BE OFFSET TO AVOID ANY ABOVE GROUND CONFUCTS. IN ADDITION DRIVEWAY ACCESS SHALL NOT BE DISTURBED NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACIUTIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACIUTIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA, THE CONTRACTOR SHALL HAVE FULL RESPONSIBIUTY FOR RENEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACIUTIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL. WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTIUTIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTIUTY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTIUTIES PRIOR TO CONSTRUCTION. WARNINGI UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS TOMMY 1MWAMS RODNEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS AT&T/SBC ONCOR ELECTRIC ATMOS GAS ENLINK MIDSTREAM BKV CITY OF FORT WORTH WATER DEPARTMENT 800 817 817' 214 817 344-8377 338-6013 355-7026 206-2789 487-1560 817) 584-5371 817) 392-8293 (817) 871-8296 JOINT RESTRAINT LENGTH AWWA C200): STA: 107+30 TO STA. 112+70 I - - - - ■■■■ i NA -- _ - �■■ `- SPHALT A MEWL HA( , $HE THIREN F pAC D 0 A _ 0 2 - 860 II STING `TM S-GAS-UN 24II �.- L4m sL EDl G/AS2N L ■ DB LLEO_' DIN /ASP IAL, - I RE: -i}ESIDENifAL-�ISF f�EP: 'RrS: SURFACE! R D5 _AGCEf'TABI 1M REPAIR goo. . q B I : a A D T/r ELE .= �� MN- PAVEMENT OVERLAY PAVEII OT OVERLAY _r ESTI 860 ; s �. RFACE-REP 1 : • .: RlSHt: I I: • . •.. i rr�t 46 87 -8 0. 7 -_ .. - � Ed -` SURF . CEtREPAIR 1 : : �- $Ha REP R AC►a TABLE :AC {FILL GROUND 'i' I SI •Ta• •• • • •1: - :A• I .■■���■ RE: 52IMMOt & D103/2 ■ .■■■■r■ RE 0.21 r i 1, dG 100/79 l - _ - �■ 1 1 I WI GA NEIING ■ ■■■■-■ ■■■■■■■ -�- ES I I ElATM�OS ■ ■■■■-■ ■■■■■ r -� BORE PI } ii' 855 ; I N.. ■■■■■ ■ 1■■■■ ■ 855 .- -- Hil ■ .1, ■■ I II I xi' :, ■��1• • ■■■■ oo ■ ■■■■■■■ II. ■■ I 1 I `I ■ 850 ■■■■■■■ 1 ■ �l I Di '_I t ■ ■�� � 850 % rat �� ■ I ■NII I ■ - :gym■■i '�r`0 1 �/ o_. ■�■■■■i �■ P. o I ■ A �` 1 1 ��� Z� 1-J, N■ ■ ���� �� I I I I ■■■■■■■ ■��is ■■ ■ 845 Q-vI 1- N ■■t ������l� I 1 ■■■■■■■ 845 I ' I 1� �� ■■1■■ ■ I QTuw) j2 ■ ■ w E. ■■�' I ■■■■■■■ -■' ia--I.1:0e1 I I ■ PIS ■ ESLRAINBD IPE 3 e SpH{, YITLIIE: -I sI AND BASED�(V_ ■■■■■■■ ■ I �COATT�EEpD-STEEL. _■� ,■■■■■ MI�SALCULATIONS RE•IRO) BA gED PIPE. ON G`ONTRAqCTOR-SHALL+1- FOltRESTRAINTLLENG-till AC AL ..ill VALUES FOES ■� ■■■■■■ ■ 1 i �il = W ■, ■�'I�■ ■ktj r (Zw ■■■■■■ 840 SI 840 - co ■■■■ ■ � ■ - iYWlW - ■■■■■■■■ ■■■■■ STEW I: ■ • ■■■■■■■■ -■l�■■ ■% E ■■■■■■ d[ ■t■ UMs _ ■■■■■� ■ ■■■■ ■ ■ < 835 835 IlLa b o a ins,I n- b ■■■■ ■ ■■■■-■ :EL I CASING ciraccIJT . n.nri /vn D!' o El CARRIER ILL CASINI norm rli co O W O■■■■ ■ ■■■■ ■ a ■ Ix L • a ■ 830 830 n �f] ■■ d' N 1 z J LM_ a N cq �W- ^� I1 r >, ISTA: 109+59.5-1 - 1 i-ii i �-t0, Z) .. Nei �_-IIO-TPT�' s11I > �. a W aD 4' b1� W e �' - « 4 ¢ k S 99 NI 3 1 M t.\ al OMM �Cr] Y tt�� N-' of a 1 _..1- Cp V+f _2 ,Q H to rND 42" WATER rPt ss-slq YIfTI-IFF? THAN I p r - �tO�(ppL� CO,""O+i [-r-0�0-r L O j!i{ W M r0 Cp 1 - d [i I NSTALL: I� ��I � 111-4z"-1i1.25"'` eV* 11.25' UP r ■ N --CA 2 O1 I .. �. ■■ • O� ■ to -T M L: I "-1;t.2: I„25_D 942.03 ■■■ .. r Z 0incti 0'4) ■■■■■■ <O Cr) r OVIM �■ ,- r �..��N.} -+I O'-1.,.}--: �Q W sn d --�-Fa JJ . .. M . n^ n CO I1 o >� ■■� I ■ 1 Fes- vI F- , ■■■ Q F to .a N > ? > a ,30 .I ll � Q 3 . r 1.-..1 (n 825 825 ~• _, ■ i Z a �' / F- cn 107+00 108+00 109+00 110+00 111+00 2+00 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV: 867.41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD. BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTHVIEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV: 803.47 MS DOCUMENT IS INCOMPLETE AND IS RELEASED TELPORARLY PROFILE SCALE: 1" = 40' H 1" = 4' V FOR INTERN REVEW MY. IT IS 0 40 80 120 NOT RIIELOED FOR OONS1RVc11N, BAG. OR PERMIT PURPOSES. SHELBY WARCHE59C P.E. ' SCALE: 1" = 40' SERIAL NO. 140963 DATE: August 2022 REV. COMMENTS BY DATE ORTWOR CITY OF WATER FORT DEPARTMENT WORTH, TEXAS WESTSIDE III - PHASE I - 42-INCH WATER MAIN PROPOSED STA 42-INCH 107+00-114+00 WATER MAIN A Kimlev>» Horn Chin 801 Chiat. tit 1< eta Fart WorW TX urn err -ma -eon TIP! 1b P-020 DESIGN: SOW DRAWN: TLH CHECKED: JRT DATE SCALE PROJECT NO. SHEET AUG. 2022 1"=40'H 1"=4'V CITY PROJECT #102688-1 2 5 LEG END PROPOSED T1mOT OIFRPASS MT! npaOVI emS MANUCHER NAZARIAN STA: 123+46.36 (INST. NO. D190008157) INSTALL: (1) 45.13' ROLLED AFT = 45.12' PIT AV= 1.25'UP N:6947111.44 E: 2264239. Bt/F2 - 124± "30'X15 BORE PIT • OPOSED VARIABLE,. DTH TEMPORARY STRUCTION FIASEMENT STA: 123+62 INSTALL: (1) 42" BUTTEWLY VALVE W/ VAULT RE: D128/34 N:69471271F37 E: 2264239.88 STA: 124+03.79Z BEGIN 42" Y ATER CARRIER 'PIPE IN 66" STEEL CASING t0 BY OTHER _ AN OPEN CUT (DEPTH OF ORE = 18.11') :RE: D106M,D107108 32 N:6947169.1P E: 2264239.97 125+00 s es cn DM �-4 p APPROX"A�M ATE LIMI'F3` OF EXISTNG GRAVELJ__. PARKINGtOT CAUTION( DJSTNO OVERHEAD ELECTRIC CAU110NI EXISTIHG UNDERGROUND COmMUHICAIIGNS deOSED 42-INCH WATER MAIN' EXISTING TXDOT 7 RIGHT OF WAY FUTURE TXDOT RIGHT OF i WAY L_ istc EXISTING TXDOT RIGHT OF WAY APPROXIMATE +- OMITS OF EX1 1NG PAVEMENT INTERSTATE HIGHWAY 30 APPROXIMATE OF FUTURE P 127+00 D xi 2 CO e 1? g D = S > -o >I Dm m-t L FAITS VEMENT 128+0 WESTSIDE III 42 INCH WATER MAIN B IY • ) 112' A IC) CA IN, OR; EN = 2816 M,010 94 72 22 42 1.1,5 1 1 1 TA: 129+88 INSTALL: FLY VALVE W/ VAULT 112E: 0128/34 NE 6947753.37 IS: 2264241.22 I DAIMON! E OSTING CAS UNE 130+03 rd20'X15' BORE PIT PROPOSED 42" WS-III WATER MAIN PHASE '-24" ATMOS GAS LINE BASED ON SUE LEVEL A \T/P ELEV. = 877.74' EXISTING 50'- GAS EASEMENT (INST.NO. D213174809) FUTURE TXDOT RIGHT OF WAY -43BH-1 STA: 130+03.49 END 42" WATER MAIN B CONNECT TO EXISTING 42" WATER MAIN CPN 102688-1 (BY OTHERS) RE: D129/33 INSTALL: (1) ISOLATION FLANGE ASSEMBLY RE: D146/34 N: 6947768.87 E: 2264241.25 SHEET NOTES: 1. • MAP # 1988-380 MAP # 1988-376 MAP # 1988-372 CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 2. CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS UNES PRIOR TO CONSTRUCTION 3 JOINTS ASHACTOR LLSNOT BE P ACEDHALL CENTER AUNDER GS UNES ON AS CROSA SIGST OF PIPE. PIPE 4. UNDERGROUND FRANCHISE UTILITY MAY BE IN CONFLICT IN AREAS. CONTRACTOR IS RESPONSIBLE FOR LOCATING UTILITY AND COORDINATING ANY NEEDED RELOCATION OF THE UNE (TEMPORARY OR OTHERWISE). THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT 5. IF THE WESTSIDE III PHASE 142' WATER MAIN HAS BEEN INSTALLED (BY SEPARATE CONTRACT) AT THE TIME OF CONSTRUCTION, THEN CONTRACTOR SHALL INSTALL BUND FLANGE, TEST WATER UNE, AND CONNECT TO THE PROPOSED WATER MAIN WITH 42" FLANGE CONNECTION WITH ISOLATION FLANGE ASSEMBLY (SEE SHEET 34). IF THE WESTSIDE II PHASE I 42" WATER MAIN AT THE CONNECTION POINT HAS NOT BEEN INSTALLED, THEN INSTALL THE WATER UNE AS SHOW IN PLANS. 6. CONTRACTOR SHALL CENTER GAS UNES ON A SEGMENT OF PIPE. PIPE JOINTS SHALL NOT BE PLACED UNDER GAS CROSSINGS. 7. A REPRESENTATIVE FROM BARNETT GATHERING SHALL BE ON SITE DURING CONSTRUCTION OVER THE EXISTING BARNETT GATHERING GAS LINES. CONTACT CHARLES VAUGHAN AT 817-584-5371 8. CONTRACTOR TO CALL CALL TXDOT INSPECTOR NOTED ON THE APPROVED 'P PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR IS REQUIRED TO CONTACT TXDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR THE UNE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TXDOT TRAFFIC SIGNALS. 9. THAT WATER MAIN INSTALLATION SHALL BE CONSTRUCTED ACCORDING TO NE DESCRIPTION, CONSTRUCTION PLANS, SPECIAL PROVISIONS, AND OTHER RELATED DOCUMENTS, AS DESCRIBED IN THE NOTICE OF PROPOSED INSTALLATION AND APPROVAL FORM. FIELD REPRESENTATION SHALL BE MAINTAINED DURING INSTALATION OF THE WATER MAIN. 10. A COPY OF THE TXDOT UTIUTY PERMIT MUST BE ON THE JOB SITE DURING ANY CONSTRUCTION ACTIVITY. JOINT RESTRAINT LENGTH (AWWA C200). STA: 123+00 TO STA 127+00 870 L 2b4' TXbo# ROW 870 I j� DRILLED SEEDING ACCEPT/RI BPPCKFILL. I. 1:/001,-D103/ 1 c. INSTE2S AT[ 865 HtGli •YAl 3 865 F)CSTING GROUND / 860 860 \/ 1 1 .52' / EMISTPIG FlEER 855 ��, r� L ri30 X15' OPTIO CC NDUIT 855 �BOR P T 1 p i O op 850 7. 0' C 850 7.16' CiIAirf + LLrLLI ff � /a Arlet t0 W 845 yg PRpP WA-, 0 ER _L 4240 M A1P1 - - F-M 845 o 1 ® fiB ■ ' 1 - - - ,�� 1 NI LiL 2 7 v 1 ©�Ili - --- 840 SEE SHEET I L es® 840 1 R SAHED PPE LENGTH SHY IS 1 APRRONM T � A D BASED -CQN11 FOR ON RESTRAINT POLYURf`TgAN ACTOR -SHALL S ittt,-P E SUBMIT COAJjIDID LENGTHS ICALU�TATIOtS 835 tie & REQUIRED `C LO'TEE PIIPE WITH SHOP-ORA UES Wtr A 835 1 pp Z .• GS W R CARRIE - i\ m _ o ,,Ili M w 830 0 .131 O 45.112" I RT 942.53,9 -�iM STA: 124+03.79' I9EGIN I42J WATE i OF BOR 0611,D10 -71 830 oil o� a oft aa` ol� aI OaI0 Oa u, n z C cc ta. ,u n_ 123+00 124+00 125+00 126+00 127+00 f STA: 127+00 TO END 885 I 133' IIXI3OT ROW 885 LIMA i 1 ) -1 4 XI Ti G 24" DF SEEDING • TIi S • 1 isi-P EN0-1 BA F1 - wor le R • $ 005-DI I 3 1 .- - Q .1; .1 .. • - . r 880 NL NK G • b NE p:0 I3-1N t )N 1 . 880 0 BAR VE' EX T STIVG416 A'NE' IN 1 EXI TTNG 3' G • S UN• '- O LIARN I i bA S UNE L15 N EXSTI G 4.5" it �i E PIT 875 UQ 9ARN GATHERING/ I3 t 875 GAS-UNE/ 0� E ST NG 8 4'04' /TAUFUS / - AN_O G GASS-LNE/ 6 870 © ,AUANPON0ED A_ON GAS UNE/ / 1 /�EXISTNG FIBER-� 14.9>' NI() TIO Ct�NDJIT este870 I /l 1 4' 865 --I I 6. 6' I I 865 n.-•• I 1 .0.' I I i 1 860 I pROP-AEO 'WATER 42" 860 MAI ' i I 1 _ WS-III I III ' I 1 .� i CPN BY 102638-1 0.1 ■ Me -OTHERS) � �I ��11 ©I! 855 855 ty 11- PrVir Q co Al pR jeg MAIN a 850]' r ' Ar���- 850 - r r, I-V G 0 ifAiad [58 4 t9 `a cr 3-P"---Z° .. o rM 845 CAI RETRAINED PIPE LENGTH S 0Nati1 IS o S-blb-- 1b I 1 a o Q � END 42° WATER CONNECTTTO-EX o 0D m vi 1 i4 845 1 PDXIM�E AND BASED CO FOR ON TR RESTR AG POD Yl)R OR TIN- a t `E TH ■ I. an a f`' 4 CO oODo I- Li ;'n '- z o o .- a uu, o o N o .- a cap �i t� ° N °..° te _ ro ' t a g_ o t� Q -A voi COA TEEL PI ' o ' 4 `t it ii a `-`^ tO a � chi: _ cTQ- `•t J > 3 SU MIi QAAL ULATIION RE IRED BASE? ON C1UA_ SHOE VALUES -DRA N Ft a. O - ELECTRD I I I I PIPE- Ifi I I I I I n - m 127+00 128+00 129+00 130+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTIUTIES, WHETHER PUBUC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBIUTY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACUTIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL. NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING! UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS TOMMY WILLIAMS RODNEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS AT&T/SBC ONCOR ELECTRIC ATMOS GAS ENUNK MIDSTREAM BARNETT GATHERING CITY OF FORT WORTH WATER DEPARTMENT 800 344-8377 817 338-6013 817 355-7026 214 206-2789 817 487-1560 817 584-5371 (817) 392-8293 (817) 871-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV: 867.41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD. BRIDGE OVER MARYS CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORT-IVIEW DR. 138 FEET EAST OF THE EAST C8 OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB an' MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV: 803.47 THIS DOCUMENT IS INCOMPLETE MD IS RELEASED 1UJPCRARLY PROFILE SCALE: is = 40' H 1" = 4' V FOR @1m*M WWII ONLY. IT IS Nor MENDED FOR CONSTRUCTION, BUMOR PERYR PURPOSES. KYLE %ELDEN P.E 0 40 80 120 SERIAL NO. 124e45 SCALE: 1' = 40' DATE JUNE 2022 REV. COMMENTS BY DATE ORTWO CITY OF WATER FORT DEPARTMENT WORTH, TEXAS WESTSIDE III - PHASE II - 42-INCH WATER MAIN PROPOSED 42-INCH STA. 123+00 WATER - E N MAIN D PHASE II Kimlev»> Horn e01 Curry et, Unit tt &Ib FOA Worth TX NWefT-33e-0en TOPE tb. F•928 DESIGN: KLW DRAWN: TLH CHECKED: JRT DATE SCALE PROJECT NO. SHEET JUNE 2022 1"=40'H 1 "=4'V CITY PROJECT H102688-2 (� 2 Q FORT WORTH: Floodplain Development Plan Review Comments Application: FDP-22-00143 Date Submitted: 04/04/2022 Status: Finaled Date Issued: 04/26/2022 Address: 200 TEXAS ST Parcel: 290953 Zoning: Subdivision: PEBBLE CREEK RIDGE ADDITION Lot/Block: SEC 1/ Description of Work. installation of a 42-in water main crossing Zone A floodplain. Grades are to be restored to existing condition after installation is complete. ADA TDLR: Energy Code Compliant: Applicant: Owner: FORT WORTH, CITY OF 801 Cherry St Unit 11, Ste 1300 200 TEXAS ST Fort Worth, TX 76102 FT WORTH„ TX 761026311 Building Classification: Sprinkler Sys Req: Comment: Signs, Retaining Walls over 4', Fences, Dumpster Enclosures over 6', and Parkway Approaches and Sidewalks require separate permits and reviews. Conditions: Approvals: Task Name Application Submittal TPW Storm Water Review Plans Coordination Issue Permit Elevation Certificate LOMR Closed Task Status Accepted Approved Approved Issued Not Required Not Required Close Completed Date 04/12/2022 04/26/2022 04/26/2022 04/26/2022 04/26/2022 04/26/2022 04/26/2022 Task Rev Name Daniel Shultz Nolan Schomer Nolan Schomer Nolan Schomer Nolan Schomer Nolan Schomer Nolan Schomer Planning Development Department The City of Fort Worth * 1000 Throckmorton St * Fort Worth, Texas 76102 817-392-2222 * Fax 817-392-8105 Permit No. FDP-22-00143 Occupant Load FORT WORTH,. Inspection Card Permits, Inspection Sheets, and Approved Plans must be on site for review. Address 200 TEXAS ST Fort Worth TX 76102 Issue Date Apr 26 2022 Project Description: installation of a 42-in water main crossing Zone A floodplain. Grades are to be restored to existing condition after installation is complete. OTHER DEPTS DATE INSPECTOR Fire Water Parkway Code Other Other Other Final ORDINANCE DATE INSPECTOR Building Mechanical Plumbing Electrical Other Other Other Final BUILDING DATE INSPECTOR Stakeout Foundation Framing Insulation/Energy Other Other Other Final ELECTRICAL DATE INSPECTOR Underground Rough Other Other Other Other Other Final MECHANICAL DATE INSPECTOR Rough Other Other Other Other Other Other Final PLUMBING DATE INSPECTOR Rough Top -out Gas Other Outer Othel Other Final Inspections 817-392-6370 • www.FortWorthTexas.gov • Information 817-392-2222 How are we doing? Please take our Customer Service Survey @ www.FortWorthTexas.gov/DevelopmentServices APPLICATION FOR FLOODPLAIN DEVELOPMENT PERMIT PLEASE TYPE Date 06/02/2022 Permit No. FDP-22-00232 Name of Owner or Applicant Kimley-Horn on behalf of FWWD Address of Owner 200 Texas Street Fort Worth, Texas 76102 Telephone No. 817-339-2255 Office Use Only ❑Approved SI Approved Nearest Stream South Mary's Creek Denied" With Conditions* Location of Permit Area (Address or Legal Description) Walsh Ranches LP Instrument Number 0012624000 Da e In: 6.2.22 Date Out 6.14.22 Processed By: DS Approved By: Nolan Schomer PURPOSE OF REQUEST: Excavation Building Permit II Grading • Filling ❑Dredging or Mining Paving LJDrilling Operations • tility Construction Other BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed) Installation of a 42-inch water main crossing Zone A floodplain by open cut. Grades are to be restored to existing conditions after construction is complete. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 3. Has site previously flooded? Unknown Is safe access available during times of flood? Yes acres. 2. Regulatory flood elev. No 4. Is site subject to flooding? • Yes No Mil Unknown Is the proposal within the designated floodway? El Yes ❑ No ✓ Unknown Not available. Yes No Have all necessary prior approval permits been obtained from federal, state or local governmental agencies? Q None Required ❑Yes No (If no, explain; if yes, provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: 1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relative to floodplain area 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed Improvements. 4. Lowest floor elevation (including basement) of all proposed structures. 5. Elevation to which any non-residential structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth In Section 7-347, Sub Section b, Ordinance No. 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE PROPOSAL: Yes No In o. Not Available 1. Reduce capacity of channels/floodways/watercourse in floodplain area? IN 0 III 2. Measurably Increase flood flows/heights/damage on off -site properties? El o • 3. Individually or combined properties to adverse with other existing or anticipated development expose adjacent flood effects? ■ ■ 4. Increase velocities/volumes floodplain soils on subject of flood waters sufficiently to create significant erosion ofEl✓ property or adjacent property upstream/downstream? II 5. Encroach on floodway causing increase in flood levels? ✓ ❑ ❑ 6. Provide compensatory storage for any measurable loss of flood storage capacity? 0 ❑ ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Becton 7-318 of City Ordnance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the a ea of the 100-year floodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements Include, but are not limited to, City construction plan approval, platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City Plan Commission. Digitally signed by Shelby Warchesik Shelby Warchesik email=shelbygillean©yahoocom Date: 2022.03.18 12:19:34-05'00' Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY. FEMA FLOOD STUDIES HIGH WATER MARKS Mil COE III III ❑OTHER FEMA INS. ZONE A FEMA MAP NO, 48439CO260K FLOOD ELEV. varies GROUND ELEV. varies FLOOD PLAIN STUDY PLATE NO FLOOD ELEV. CONDITIONS FOR *Site will be returned THIS APPROVAL* to original OR grade SHALL REASONS upon completion EXPIRE FOR DENIAL** of the TWO YEARS project. Excess FROM spoils THE will be DATE removed OUT from ON the floodplain. PAGE 1 ABOVE PERMIT �'- Rite `— li!l"8111131lrx�i �A } ♦i rQ • N �' l>b Q'• Eit Lt 14ID SW css�rl a. 11911 ICI IMP' la rr>9��L":hn;3�i. 41* !,t _'riy� •w �r 11 `r•t { y I• r- ■1�. Yilil Y rr_ dlika..f'1 A ••r:. • •:, Cer•t •,; - 1 ••. • t ••••' /. •••. _ t.• r• riani� 1iJ K fi..• S :' i ' . •`�'r.t ,j'f1. .• fit bit ;'•� •) \VI t. fir•:. ;' \. _'�iti••.•1ai 1 .�• , •'• ' �•t , •�� t •t,, • • •A •-• • • • �•• �.•w• t t`.••f .r •• •I . • • I. • i i t , • -•r' • • .• � • — ti Z k � ; i`t. ! ?� A -• ' ••' • • • is • r i • ;; '• . •_ • .A)tP.•`IaS•.-r • 1T 1t11H ._ i••. • 11 S'Qr• II t 1j••1 z - a, • • • . • Y gnu r •• JY '; • Y •. •, • • ♦ • rf •i `1' tt'•, .}` I::: ti,• • % C. • • .>- Atl• i.Y' ,y/1�..1:\ 1.7. I . .' ;I: •••• Ia ... •.jjj. r •.\tt ••.1 t, `1 • • - S. M. • '�•.. T • •7 •• .,` l' • ; I• • I• • • \` '• • • 2 0 -� NH 0 • Ih'h•t,F.1 i • i•1 .•, L•S. ',5I b • • i• 'DVS• ••. • S. ,1• ;• �•t•. e-yid!+!"''"1..,vase itssotsrillSh41114 . •. • • • • •• . • • t ,•• • • • r1 • S• V. ',c • • \.,gb ,• • f` ,•�5,V. • ' • • : r•' , �'t�'t, it : a t ia • t I• • z r•- Ce 0 .', • ▪ ' •• •. • • • • 6_4 • • • 2. • + /;•� , • •• • ...; • A �I • •i ge.:•• . • 47;1. 4.1; ` • .a,.. r • • • I jf •ice •'�:I I •••'; t•:• ••..•., , . • •• t ▪ , IL; • •dit: :4‘ 441:6:4:11: joto: I 141 r; eel; 1• ;1111 " 5114:1; 44:14:,40: 1.:44! .4.11 • 41•11:1..t... • 11 VI C.7 0:1 f • •• .1. „ _.•... • S •. . 1l; • . • t.2ta,(AI.:• ••r..r. tt• 4t• id'•."'JS • ' •'• • t• / {• ( I �.' , • • � .• _ 1. • • •! • • •r• • • .'•/ . . ; :•. +. y: .t• I•• • •4.3Sr/ • ••, Is(• •:I %re • • • '/ • :' _ . a ......-f... yps. L_ ;f •7r• x�r �yy • r•t :/ ..-r+Q..^1ti is • 'K•;•'}4,a •t. )t.1%;/(stc.--:••-•.;:. ic ":,..1/4I t : ,..i: .. *. �i• • r • z` i • 1. • • • S. • •� -.• - • ••. .• I : • , • • r '. • , •. I • •i .. • • SW .� II • S :f: /•�• _•, , ! - ., •. • t. •. • • • • • cot k • • f • �ld+Y• ,.�; w• Z a) to C Markum Ranch Pump Exiting Sewer Line Existing Water Line Existing Gas Line Boundaries FEMA Floodplain I I II II II U SHEET NOTES: NOTES 0 ri 1. MAXIMUM JOINT DEFLECTION FOR DIP =1.0', CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 2. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER UNES. TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. • I- 9'O g 00— 11 29+00 WALSH RANCHES LAMED PARTNERSHIP (VOL12624, PG.92) / ' / / / / ▪ - .• ,/' / TA: 2R+75:61. r' / • / 0 / / INSTALL: / (1).19.26' HORIZ.:rBENt J' // ///- // / /// / //J JJ / / / -- nH = 19,26-LT cri / / 2267769.43 J . ▪ / -i' / / / '' r .- �i / / / f r ' l r . i / / / / i • ' / r ' / . i / / .- - / / / / ' r ▪ - / / / 'PRO�OSEO 50' / r / '' - „..PERMANENT EASEMENT, .- -' -_--�31+00 ' Y.-. fir.. ar "1 "y L 30+00 — / - J J 1 \\ \\\ \\ \\ \ HORIZONTAL-- / ' /f' / / J / \ \ 32+00 / / • / • ®CP/17 i - - / --- --$3+00" . -- - / / / \ / / \ \ OPOSED-42=,NCH \\\ \ \\\\\ \\ / J / ! / / / \\ \\ \\\ \ \' \ \\ % /ii EXISTING'FL00DPLAIN-.`.--2- / / \ kYA7ER MAIN- 341- i / / / / / ■ / 1N. ' Ie - A a, / i 1< THRUST BLOCK J / / / / n \\ � \ \ \ \\ \\ \ \\ RE D130Mf36 / / // / / \\ \�=r \\� -- // // / / / // Il// \\\\ \\\ \\\N\ — /! // // / / / / I I,/ • // // \ 13" 7\ \\�\ \ \ \ \ \ \ \ -- \\ \\ \ \ \\ __/ > i../\11‘/ \ \ =4 / am- ¢ Jy -- �\ �/ V • I i1 \ \\ / -4• _. r _=tip 1 / / // - - \ \ r \ _ r WESTSIDE III 42-INCH WATER MAIN B 1 - l BOUNDARY= _ - - /--_-- MAP # 1988-380 MAP # 1988-376 MAP # 1988-372 JOINT RESTRAINT LENGTH (AWWA C200): STA: 28+60 TO STA. 32+00 820 820 `---.-. DRI SEEDING `-\` A Cp� E 0 , IP.DI �A Dt Fl4 3 `— } 31 815 --� 815 1 -- 1 --_— 1 \� EX STI VG '0 EV GROUND 7. \\ .- NOr 1 L REST�tAIiVEI) Pk LE1�GT4 SHOWN IS �� F1"-zesty �2 64 •�- ` 4PPR0 MPTEI AND RASED, OI POLYURETHANE - 810 -1 _ _ �\ ` \ ooa SIT EDJJ STm PIPE FOR CONTRACTOR RESTRAINT -SHALL LENGTHS 810 CALCULATIONS �1 / IV =- ���`� R QUIREQ SELECTED EIASED PTE I ON 1HTH AOTUAL $HOP I 1}Rg11MMt�GS1 VALI,IE I I FOR 0 LU I 805 Q v71 \\ 1 _ i I% \I\ Or- it A ts� \\ in �'' N I I \ � — 1 805 2J _ 800 A cti J \� `" Lit 800 795 Lei l o' it 795 M 790 I (.0 IOU Z L 790 w 1 U 785 o zo ac co :Z..: c'n II I<I (n 785 ' rn > 2 N ..II 70 STA: 294 Ol0 ; a[,' I 1 a is (1)> 41c 28+00 29+00 30+00 31+00 / 32+00 S 33+00 34+00 35+00 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WrIETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBIUTY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTIUTIES PRIOR TO CONSTRUCTION. WARNING, UNDERGROUND UTIUTIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS TOMMY WSWAMS ROONEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS AT&T/SBC ONCOR ELECTRIC ATMOS GAS ENUNK MIDSTREAM BARNETT GATHERING CITY OF FORT WORTH WATER DEPARTMENT 800 817 817 214: 817 817 344-8377 338-6013 355-7026 206-2789 487-1560 584-5371 (817) 392-8293 (817) 871-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT 19015 SET IN THE TOP OF THE INLET ELEV: 867.41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD. BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTHVIEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV: 803.47 0 120 S DOCUMENT IS INCOMPLETE MS1. MD IS RELEASED IDJPORARLY FOR INTERN REVIEW ONLY. IT IS NOT I41EhDED FOR OONSIRUC1XN, 8D03(G, OR PERMIT PURPOSES. KYLE WELDDI P.E. PROFILE SCALE: = 40'H 1" = 4' V 40 80 _ SCALE: 1" = 40' SERIAL NO. 124805 DATE: MAY 2022 REV.� COMMENTS BY DATE A\ CITY OF FORT WATER DEPARTMENT WORTH, TEXAS ORTWO III - PHASE II - 42-INCH WATER MAIN WESTSIDE PROPOSED 42-INCH STA. WATER 28+00 - 35+00 MAIN PHASE II Kimlev>»Horn 801 Cherry St., Unit 11. Suite 1300, Fort Worth. TX 76102 817-335-6511 TBPE No. F-928 DESIGN: KLW DRAWN: TU-I CHECKED: JRT DATE SCALE PROJECT NO. SHEET MAY 2022 V' 40'H 1"=4'V CITY PROJECT #102688-2 14 K: \ftw_utllltloa\061018380—wptaldolfl-30—In—wl\CADD\SHEETS\PHASE 2\WESTSIDEIII lift— PHASE II PM' [28+00 — 56+00D.drq SHEET NOTES: 1. MAXIMUM JOINT DEFLECTION FOR DIP =1.0', CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 2. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER UNES. TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. \/\ININSTALL:\ IIII. \ \ \ /I//III//I \ (fj 1} '(1) 37.72' F ORIZ.'BEND N:$941240.43 \ 11� I I MATCH LINE STA 35+00 SEE SHEET 14 ■ �� l ypiiii\/`ill'', ..,... \I \ma at a a \ \ \�,�l/lIIj�cISTA. 35+58.29 lIl/IIII I = 37.72' L\T I I I I �' ` ` E: 22f(7808 91 \ I I / I / I'ORIZUNTA" u, \ l / 1 � ITF ffOST /BLOC BE i D13(44/3 IiiItlll,Ifs ' \ I \\\\\\\ \l\Illl 1`\ la ►l \ � \ \ \\\\ j l \ \ \ \ \\\ \\ %\\ \\\\\ \�N � \\\- \;\\.\ \�\ � � `\• 0 • / I/ /gt��\\ 1\\\\ \)%/A /% fir \ I\\\\�\/r//, %'� I I 1 I \\ 1 \\\ \\\f 40,0(1s/ \ 11 i `\ I / \\ \\\,�:� �' \ \�� — >\ j\1\\\\\ I / tII11I 1 illI l QASXISTING E EASEMENT / pN0tilj6.p2I2068611)" / ll'/ I I / t I 1 / / /i / I 1 I l / 1 // // 7 // � / + ri-- /ii / ' l l_? //i/7 - I / / !/� I/.. r __Bob' / // .� l Bob. // , f %'/ / // \I STST L-:' //// //\k -- INSTAU�' �' ,7 rii�/ice $'-AIR RELEASE VALVIr.:.1/��/i /i� �' - - - W/ V/1ULT ANQ�HRQIE�lTi4lE=��AM� RE: 9139M/33r-ter 795 N;99,1332.601-� �� ='ems' i y�267745.8b . v j =fir_ - „ - 'STA: 37 -58.:,,.�-191 r��/ %2 r1 /i' I�IISTALL / / g : ; .(1)- STAND410 3LO�r_DFF1. _ \✓, / / / / r i, -VALVE ASSEMBLY --.- -;. - - \ _'/ -' J \ / / ��/// /�NE69D1405 213 ,i �\ \\ J a-.- // 1/ /f �' / i / I \/ / E: 2267696.08 STA: 37+92.17 \ \ / - I / /! / ! i INSTALL:'. \ �/ J l / �Il/ \ / I / > //// I \ / /' I / / WALSH RANCH ES N EXISTING FLOODPLAIN BOUNDARY /1/1711106 / lij / / GAS LINE ST CREEX ADM ON PHASE VI I BARNETT GATHERING (Q4ST. NO. 0210196768) GAS LINES WESTSIDE III 42-INCH WATER MAIN B SEE SHEET 16 MAP # 1988-380 MAP # 1988-376 MAP # 1988-372 JOINT RESTRAINT LENGTH STA: 35+00 TO STA: 38+50 I I 805 i 1)R1-1.E1/.1 SEEDIN . Oar: f -Itf ,/, SHEET 11 BASED ON ACtUAL I VALUE5 Fr REQUIREQ 770 STA: 36+79 i26 STA: 37+%581 m Gov STA: 374H62134 .VE1 AS Et 35+00 36+00 37+00 38+00 STA 38+50 TO STA 39+90 I I I LIN__ co 3:1 ten. 1 RA it a 790 E Yr H OP -Irt GS -4 Vita-P WILL 5 I ILI z COI 39+00 40+00 41+00 42+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBUC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FAaLIT1ES AT OR CONTIGUOUS TO PIE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FAaUTIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FAaUTIES, FOR COORDINATION OF THE WORK WITFI THE OWNERS OF SUCH UNDERGROUND FACIUTIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTIUTY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBIUTY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTIUTIES PRIOR TO CONSTRUCTION. WARNING( UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS RODNEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS ONCOR ELECTRIC AMOS GAS ENUNK MIDSTREAM BARNETT GATHERING CITY OF FORT WORTH WATER DEPARTMENT 817 355-7026 214 206-2789 817 487-1560 817 584-5371 (817) 392-8293 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST Ca OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT 19015 SET IN THE TOP OF THE INLET 2. CITY OF FORT woRni MONUMENT /9038 - ON THE LOST CREEK BLVD. BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT 19038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTHV1EW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT 19042 SET IN THE TOP OF THE INLET ELEV: 803.47 THIS OCCU VENT BUMS, OR PERUIT KYLE %ELDEN IS MOW PLETE P.E. PROFILE SCALE: PURPOSES. SERIAL NO. 124805 DATE: WAY 2022 REV. COMMENTS BY DATE WO CITY OF FORT WATER DEPARTMENT WORTH, TEXAS ORT PROPOSED 42-INCH STA. WATER 35+00 - 42+00 MAIN PHASE II Kimley* orn DESIGN: KLW DRAWN: TU1 DATE SCALE PROJECT NO. SHEET MAY 1"=40'H an? PROJECT aaaaaaaaa 00000000 TARRANT COUNTY TRANSPORTATION DEPARTMENT October 18, 2022 Owner / Developer: City of Fort Worth Water Department 908 Monroe St. Fort Worth Texas 76102 817-392-4477 RE: Westslde 111 — Phase 1 42-Inch Water Main Construction Plan Acceptance Letter Ms. Warchesik: Engineer: Shelby Warchesik, P.E. Kimley Horn' 801 Cherry St, Suite 1300, Unit 11 Fort Worth, Texas 76102 817-335-6511 The construction plans for the referenced project have been reviewed by this office and are accepted for permitting, The accepted construction plans were signed and sealed by Shelby Warchesik P.E. on October 17, 2022, Before construction may begin, a pre -construction meeting must be scheduled with the Transportation Services Department and the following items must be submitted and approved: 1-half-size set and an electronic set of sealed accepted construction plans for the County and however many sets the owner and contractors may need. The contractor providing services for the construction of the subdivision must have a set of the approved construction plans onsite at all times. Any revisions to these plans shall be submitted for review and acceptance. *Please be aware that these construction plans shall supersede any plans released prior to this as they are the complete final set. • Construction Site Notice, Stormwater Permit Number, and NOI (if applicable) *The pre -construction meeting may be concurrent with the City's pre -construction meeting if Tarrant County staff is able to attend. The County's review and acceptance of the construction documents does not constitute an agreement that no errors or inadequate designs exist. Any deficiencies in this regard are the sole responsibility of the design engineer and the owner and shall be corrected at no cost to the County. The County s review of the construction documents is simply to determine that the County's regulations and design criteria have been met. Sincerely, Joseph Jackson P.E., CFM County Engineer / Assistant Director Tarrant County Transportation 100 E. WEATHERFORD, FORT WORTH, TEXAS 76196-0601 PHONE 817-884-1250 Precinct #: UTILITIES COMPANY PERMIT Date: Permit #: Firm Name: Contact Person: Address: Phone: Fax: Is hereby permitted to work within the Tarrant County R.O.W. (Right -of -Way) in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK (WITH MAPSCO #:) (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL• (Attach additional sheets if necessary.) SPECIAL INSTRUCTIONS: 1. Submit permit and all necessary documentation to Jeremy Duskin at jfduskin@tarrantcounty.com 2. Roads are to be bored and not open cut. 3. Contact Richard Hatcher at (817) 266-7817, 24 hours PRIOR to working in the County right-of-way. 4. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. 5. Please re-establish vegetation after work is completed (i.e. hydromulch, sod, mulch w/ seeding, etc.). Transportation Services Department Signature of Firm Name Representative Printed Name of Firm Name Representative Online version 11/2005 To Walter Norwood City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Date 10/25/2022 Application No. FTW20220602152140 District App. No. 220S-W L-I H2O-22 Highway IH 0020 Control Section 000816 Maintenance Section South Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20220602152140 (District Application No. 220S-WL-IH20-22) dated 10/25/2022 and accompanying documentation, except as noted below. Recommend approval per S. Halliday from HNTB "After reviewing the proposed COFW 42 inch water line crossing under IH 20, I do not see any conflicts or concerns relative to IH 20 or other adjacent utilities" A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! Contractor is required to contact TxDOT Traffic Operations group at 817-370-3664 prior to beginning and excavation work in the area of existing utilities. The Utility Owner is to send a Conduct Inspection action with the On -Site Contractor's contact information through the UIR website 48 hours prior to commencing work. CONTRACTOR is to contact Inspector John Castaneda at Cell 817-240-0545 with his 48-hour Notice and TCP submission from the most recent edition of the TCPs Standards * 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without WRITTEN APPROVAL from TxDOT. *Link to the most recent TCPs Standards: http://www.dot.state.tx. us/i nsdtdotlorgchart/cmd/cserve/standard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: FTW_SpecialProvision_52 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Tn....n fl.. n ...4n. i.n1 nF Trn n n n n.i n4 nn Title Utility Coordinator District Fort Worth Texas Department of Transportation Specifications for Utlilty Installations Fort Worth District (revised March 12, 2021) Specifications Fort for Worth Utility District Installations TxDOT Directory For Utilities 3,4 TxDOT's Mission Statement 4 Safety 5 Protection of Highway Facilities 5 Use of Explosives 5 Protection of Existing Facilities 5 Deviation From Approved Plans 5 Staking of Utility Lines in Advance of Construction 5 Full -Time Supervision and Inspection 5 Notification of Job Start 5 TxDOT Locates 5, 6 Stockpiles on TxDOT ROW 6 Coordination of Work With Highway Contractor or State Forces 6 Work Day Restrictions 6 Inclement Weather 6 Pits 6 Bore and Tunneling Operations 7 Markers 7 Above -Ground Appurtenances 7 Back -Fill of Utility Trenches 8 Site Clean -Up 8 Repair and Replacement of Rip -Rap and Earth Slopes 8 Special Precautions For Erosion Control 8 Seeding Specifications 9 Aesthetics 10 Required Pruning Practices 10 Pruning Suggestions 11 Specifications for Utility In allations 2 Fort Worth District IBryan Anderson IPeter Ross, P.E. Janet Crawford, P.E. Name Johnson County Area Office (127): 817-202-2900 Fort Worth I Alex Bell John Forbes 'Matt Evans, P.E. Name Jeff Gavingan District Maintenace !John Castaneda Patrick Nunley Fransico (Javier) Fuentes Rebecca Booher Doug Fain z Fort Wortl Fort Wort Ben Trevino co _ • 03 m n n lartinez kram, P.E. lamantez District Utility, Maintenance, Area, and County Maintenance Contact essage Board Director of Maintenance -I Contracts Specialist Utility Coordinator- Inspector Utility Coordinator Utility Coordinator Utility Coordinator Utility Coordinator- Permits Utility Coordinator Utility Coordinator ROW Project Manager (Utility Lead) jDouglas.Fain@txdot.gov ROW Project Delivery Manager Assistant Maint Sec Supvr (Inspector) Assistant Area Engineer Area Engineer -I --I r (D m rD Ffic Systems Specialist Ffic Systems Admin portation Engineer Bill.McCoy@txdot.gov IBryan.Anderson@txdot.gov Peter.Ross@txdot.gov D John.Forbes@txdot.gov Email John.Castaneda@txdot.gov Patrick.Nunley@txdot.gov Luis.A.Martinez@txdot.gov Rebecca.Booher@txdot.gov D 3 n) D Email rn 3 v (0 x co v r+ x 0_ Fi ipntacatxri lamantez@txd rr x 0 Ford@txdot.gov o 0 < txdot.gov lot.gov 0 :rt 0 817-202-2939 817-202-2938 Desk Phone 817-370-6820 817-370-6822 817-370-6860 co L817-370-6521 Desk Phone 817-370-3503 817-370-3515 817-370-6668 .A lD rn Li 817-370-6588 817-202-2929 817-370-6523 817-370-6534 817-370-6681 817-370-6542 817-370-6950 Desk Phone N I Ui CDN rn Ui NJ V o co lD Ui Matthew Kirby Gary Beck Jr., P.E. Korey Coburn, P.E. 'Sarah Horner, P.E. Name Mark Price Russell Poer, P.E. David Neeley, P.E. John Castaneda Daniel Poole, P.E. Keith Prochnow General Ei 0 co v -t n 'Edrean Cheng, P.E. Wise and Jack Counties Area Office (249-Wise/120-Jack): 940-626-3400 z z z z 2 0 n (D v 2 m n) 2 lD lame v NI I I ran (1 rn Assistant Area Engineer Area Engineer Assistant Area Engineer Area Engineer Title Assistant Area Engineer Area Engineer Utility Coordinator- Inspector ): 817-370-6640 Assistant Area Engineer Area Engineer Assistant Area Engineer Area Engineer 1 _ H rt (D fD CD lD port Maint Crew Chief. (Inspector) pecialist (Reviewer) CO Korey.Coburn@txdot.gov Sarah.Horner@txdot.gov Email Mark.Price@txdot.gov David.Neeley@txdot.gov Email Daniel.Poole@txdot.gov Oscar.R.Chavez@txdot.gov Edrean.Cheng@txdot.gov m � m - . .70 CO � 0 n PnPrnf txrl r+ x n- D 0 0 < lot.gov r+ X 0_ 0 r+ 0 rn CO NJ N NJ l) N 00 NJ NJ 682-229-2838 1682-229-2800 Desk Phone I 254-897-2647 254-459-7029 1 Desk Phone 817-370-3515 817-370-6909 817-370-6637 CO Desk Phone I 817-370-3515 817-399-4300 817-399-4300 Desk Phone 940-626-3400 In A 0 Ql N CM W 940-626-3400 I Desk Phone �l W 0 6) CD W CO -a 0 0 James Pollock 'Emergency Utility Contact Scottie Blackburn Tim Lane Clinton Hyatt Justin Derden Maintenance Section Assistant Parker and Palo Pinto Counties Maintenance Christopher Lanoue Dustin Marten Assistant Maint Sec Supvr South Tarrant County Maintenance IRonny Lehrmann Mike Sepeda Colt Wright John Nolt Name Johnson County Maintenance Fort Worth I z z z z co 2 m v 3 m v 2 ro Ui 2 homas Brown Fner Assistant Maint Sec Supvr rrant County Maintenance Maintenance Offices I Maintenance Section Supervisor Assistant Maint Sec Supvr (Inspector) lance Maintenance Section Supervisor Assistant Maint Sec Supvr Maintenance Section Supervisor Assistant Maint Sec Supvr Maintenance Section Supervisor Assistant Maint Sec Supvr Maintenance Section Supervisor- Palo Pinto Maintenance Section Supervisor- Parker —I r —1 —I —I r0 Timothy.Lane@txdot.gov no•lopx;rop)1.1.eAH•uoluiID n Dustin.Marten@txdot.gov Colt.Wright@txdot.gov Email ` m no m v m co rn v = D —) O n - — — 0 rt x ci 0 �+ 0 hrmann(a)txd r v n O C (0 hiirnatxrl la(utxd lot.gov r+ x a. 0 . 0 682-229-2804 940-463-7118 682-229-2800 Desk Phone 817-706-6903 817-370-6640 817-370-6918 Desk Phone 817-569-6981 817-399-4350 817-399-4350 Desk Phone jjjO7-6Oo2 lD NJ cm ah O W cm Desk Phone 817-202-2900 817-202-2906 Desk Phone WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS 3 SAFETY VEST AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES No explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. /V O 77F/C4 T/O/V OF: JOB S iA F? T 48 Hour notification is required for utility installations. *CALL INSPECTOR ON PERMIT* Please have the following information ready when you call or submit: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. 8_AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone number listed: Signals and lighting: (817) 370-3661 AERIAL CROSSINGS Notification is required for aerial crossings. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When Specifications For Utility Installations 5 Fort Worth District approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday - Thursday, between the hours of 9 p.m. to 5 a.m. with police assistance and approved traffic control. Crossings on non -controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 3 p.m. with proper approved traffic control. LANE CLOSURES Notification is required for lane closures prior to the alteration of traffic flow. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817-709-3219. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, NO WORK WILL BE ALLOWED ON SATURDAYS, SUNDAYS, FEDRAL or STATE HOLIDAYS OR AT NIGHT. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, NO WORK SHALL BE ALLOWED DURING INCLEMENT WEATHER such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. Specifications for Utility Inslallaticins 6 Fort \V'ortlr District BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (21/2) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall be consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air -entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE -GROUND APPURTENANCES Above -ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES Specifications for Utility Installations 7 Fort Worth District DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or re -sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. SEEDING SPECIFICATIONS Specifications for Utility Installations 8 Fort Worth District RURAL AREA WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Feb 1 Eastern Section Western Section All Sections To May 1 Green Sideoats Bermudagrass Little K-R Switchgrass Bluestem Bluestem Sprangletop Grama (El Reno) 1.8 1.1 1.2 0.6 0.8 0.7 Green Sideoats Little Indiangrass K-R Switchgrass Bluestem Bluestem Sprangletop Grama (Lometa (Alamo (Haskell or or Blackwell) Cheyenne) or El Reno) 0.6 1.8 1.1 1.5 0.7 1.2 Green Sideoats Bermudagrass Little Sand Bluestein Dropseed Sprangleton Grama (Haskell) 0.7 2.2 0.9 1.4 0.2 Total 6.2 Total 6.9 Total 5.4 URBAN AREA WARM -SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Feb To May 1 1 Eastern Section Western Section All Sections Green Bermudagrass K-R Buffalograss Bluestem Sprangletop 0.9 1.2 1.0 8.0 Green K-R Buffalograss Bluestem Sprangletop 10.7 1.1 1.3 Green K-R Buffalograss Bluestem Sprangletop 1.1 1.3 1.5 Total 11.1 Total 13.1 Total 3.9 Dates Feb 1 To May1 TEMPORARY COOL -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS All Sections Tall Fescue Western Wheatgrass Wheat (Red, Winter) 4.0 5.0 30.0 Total 39.0 TEMPORARY COOL -SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS Dates Aug to Nov 15 30 All Sections Crimson Total Clover 7.0 7.0 TEMPORARY WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS Dates May to Nov 1 30 All Sections Foxtail Total Millet 30.0 30.0 Note: Names in parenthesis () represent "improved" varieties of the species shown. Specifications Fur Utility Installations 9 Fur( \1'urlh District AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about 'A inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Specifications for Utility Installations 10 Fort Worth District PRUNING SUGGESTIONS DESIRABLE TREE MODIFICATIONS PRESERVING SYMMETRY. DESIRABLE DESIRABLE Specifications for Utility Installations DESIRABLE DESIRABLE farm n.nI0 UNDESIRABLE TREE MODIFICATIONS Such Tree-Ilne relation hips os illus r ted perpetuates high maintenonce costs and r1 ht - of -way u sightliness. UNDESIRABLE UNDE SIRARLE 11 UN UE SIRARLE. DESIRABLE (.2' Remove limb 4"-6' from Isl cut. tji) Undercut 1/3 war through limb 8 -12' Rom main stern. (3) Remove stub with on even, ) flush cut. 1 (*) (a' Finished cut with no truce $i l,e - of slab. PROPER LIMB REMOVAL (2'di a. or tare) Fort Worth District Online version 11/2005 To Walter Norwood City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Date 10/27/2022 Application No. FTW20220602135938 District App. No. 220S-WL-IH2O-22 Highway IH 0020 Control Section 000816 Maintenance Section South Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20220602135938 (District Application No. 220S-WL-IH2O-22) dated 10/27/2022 and accompanying documentation, except as noted below. ///// Recommend approval per S. Halliday from HNTB "After reviewing the proposed COFW 360 water line crossing under IH 20, I do not see any conflicts or concerns relative to IH 20 or other adjacent utilities." ////////// A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! Contractor is required to contact TxDOT Traffic Operations group at 817-370-3664 prior to beginning and excavation work in the area of existing utilities. The Utility Owner is to send a Conduct Inspection action with the On -Site Contractor's contact information through the UIR website 48 hours prior to commencing work. CONTRACTOR is to contact Inspector John Castaneda at Cell 817-240-0545 with his 48-hour Notice and TCP submission from the most recent edition of the TCPs Standards * 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without WRITTEN APPROVAL from TxDOT. *Link to the most recent TCPs Standards: http://www.dot.state.tx. us/i nsdtdot/orgchart/cmd/cserve/standard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: FTW_SpecialProvision_52 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Title ROW Utility Inspector District Fort Worth Texas Department of Transportation Specifications for litlilty Installations Fort Worth District (revised March 12, 2021) Specifications Fort for Worth Utility District Installations TxDOT Directory For Utilities 3,4 TxDOT's Mission Statement 4 Safety 5 Protection of Highway Facilities 5 Use of Explosives 5 Protection of Existing Facilities 5 Deviation From Approved Plans 5 Staking of Utility Lines in Advance of Construction 5 Full -Time Supervision and Inspection 5 Notification of Job Start 5 TxDOT Locates 5, 6 Stockpiles on TxDOT ROW 6 Coordination of Work With Highway Contractor or State Forces 6 Work Day Restrictions 6 Inclement Weather 6 Pits 6 Bore and Tunneling Operations 7 Markers 7 Above -Ground Appurtenances 7 Back -Fill of Utility Trenches 8 Site Clean -Up 8 Repair and Replacement of Rip -Rap and Earth Slopes 8 Special Precautions For Erosion Control 8 Seeding Specifications 9 Aesthetics 10 Required Pruning Practices 10 Pruning Suggestions 11 Specifications I'or Utility Installations 2 Fort Worth District 1817-370-6668 1817-370-3515 817-370-3503 Desk Phone 817-370-6521 817-370-6527 817-370-6860 I 817-370-6822 Desk Phone 817-202-2938 817-202-2939 817-202-2900 817-370-6820 > O >O 0 Itxdot.gov John.Forbes@txdot.gov Alex.Bell@txdot.gov MIMEO Email Janet.Crawford@txdot.gov Peter.Ross@txdot.gov > 0 O lamantez@txd O -0 4J -0 C 0 L Q) Ct 7 4-' C co > w C) Q) c co (U N co U d -D C Q C (13 m w O c Director of Maintenance Permit Coordinator (Storm Drains) Ffic Systems Admin Bill McCoy ROW Project Delivery Manager Doug Fain ROW Project Manager (Utility Lead) Utility Coordinator Utility Coordinator- Inspector Contracts Specialist a) pecialist Johnson County Area Office (127): 817-202-2900 Title Area Engineer Assistant Area Engineer Assistant Maint Sec Supvr (Inspector) R lGavino Talamantez John Castaneda Jeff Gavingan District Maintenace Q) E co (Matt Evans, P.E. I John Forbes Alex Bell Name Janet Crawford, P.E. Peter Ross, P.E. Bryan Anderson z L7-399-4300 817-399-4300 817-370-3515 Desk Phone 817-370-6638 817-370-6637 817-370-6909 817-370-3515 Desk Phone 59-7029 7-2647 Desk Phone 682-229-2800 682-229-2838 N N co N Ql Desk Phone Desk Phone N N N co lD Email Keith.Prochnow@txdot.gov Email 1 AO.10 [Daniel.Poole@txdot.gov John.Castaneda@txdot.gov lot.gov ey@txd E W rea Office (184-Parker/182-Palo Pinto): 68-229-: (249-Wise/120-Jack): 940-626-3400 e ?a Engineer ;istant Area Engineer Area Engineer Assistant Area Engineer a) Area Engineer Assistant Area Engineer nties Area Office (073-Erath/112-I General I I): 817-39 p a) E (B David Neeley, P.E. Russell Poer, P.E. Mark Price !Daniel Poole, P.E. Iran ( I z !Fort Worth District Maintenance Offices 1 Desk Phone 817-202-2906 817-202-2900 Desk Phone 940-626-3366 940-507-6002 11, Desk Phone 6.7-399-4350 1-399-4350 817-569-6981 Desk Phone 817-370-6918 L7-370-6640 817-706-6903 Desk Phone 682-229-2800 63-7118 817-370-3661 I > O > O O0 Bryan.Anderson@txdot.gov > O 0 Ronnylehrmann@txdot.gov Brownptxdot.gov 0 Email >O +? 0 t5 .� = CO J ni irn(Ttvri O 2xj@el -a Lane@txd }' is I 0 a) -o X i CU t L ) C z cn — w — w — w — w a U U U CD Maintenance Section Supervisor Bryan Anderson Assistant Maint Sec Supvr (Inspector) Wise and Jack Counties Maintenance ICIJ Maintenance Section Supervisor Maintenance Section Supervisor Assistant Maint Sec Supvr Assistant Maint Sec Supvr ice O Maintenance Section Supervisor Assistant Maint Sec Supvr Justin Derden Maintenance Section Assistant Parker and Palo Pinto Counties Maintenance C) Maintenance Section Supervisor- Parker Maintenance Section Supervisor- Palo Pinto Assistant Maint Sec Supvr Maintenance Section Assistant C +-J R +� P +) +-, +-i P F-- F— Mike Sepeda Ronny Lehrmann QJ F (B 'Clinton Hyatt Tim Lane Scottie Blackburn James Pollock Emergency Utility Contact 'Johnson County Maintenance Q) F (D John Nolt Q) F CD Colt Wright Name Name C O L on Christopher Lanoue U) CO E O t z Z Z f-- WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS 3 SAFETY VEST AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES No explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. ,/, 48 Hour notification is required for utility installations. *CALL INSPECTOR ON PERMIT* Please have the following information ready when you call or submit: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone number listed: Signals and lighting: (817) 370-3661 AERIAL CROSSINGS Notification is required for aerial crossings. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When Specifications for Utility Installations 5 Forl \1 orth District approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday - Thursday, between the hours of 9 p.m. to 5 a.m. with police assistance and approved traffic control. Crossings on non -controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 3 p.m. with proper approved traffic control. LANE CLOSURES Notification is required for lane closures prior to the alteration of traffic flow. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817-709-3219. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, NO WORK WILL BE ALLOWED ON SATURDAYS, SUNDAYS, FEDRAL or STATE HOLIDAYS OR AT NIGHT. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, NO WORK SHALL BE ALLOWED DURING INCLEMENT WEATHER such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. Specifications for Utility Installations 6 Fort \forth I)is(rict BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (21'2) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall be consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air -entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE -GROUND APPURTENANCES Above -ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES Specifications for Utility Installations 7 Fort Worth District DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or re -sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. SEEDING SPECIFICATIONS Specifications for Utility Installations 8 Fort Worth District RURAL AREA WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Feb 1 Eastern Section Western Section All Sections To May 1 Green Sideoats Bermudagrass Little K-R Switchgrass Bluestem Bluestem Sprangletop Grama (El Reno) 0.6 1.8 0.8 1.1 0.7 1.2 Green Sideoats Little Indiangrass K-R Switchgrass Bluestem Bluestein Sprangletop Grama (Lometa (Alamo (Haskell or or Cheyenne) Blackwell) or El Reno) 0.6 1.8 1.1 1.5 0.7 1.2 Green Sideoats Bermudagrass Little Sand Bluestem Dropseed Sprangleton Grama (Haskell) 0.7 2.2 0.9 1.4 0.2 Total 6.2 Total 6.9 Total 5.4 URBAN AREA WARM -SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Feb To May 1 1 Eastern Section Western Section All Sections Green Bermudagrass K-R Buffalograss Bluestem Sprangletop 0.9 1.2 1.0 8.0 Green K-R Buffalograss Bluestem Sprangletop 10.7 1.1 1.3 Green K-R Buffalograss Bluestem Sprangletop 1.1 1.3 1.5 Total 11.1 Total 13.1 Total 3.9 TEMPORARY COOL -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS Dates Feb To May 1 1 All Sections Tall Western Wheat Fescue Wheatgrass (Red, Winter) 4.0 5.0 30.0 Total 39.0 Dates Aug 15 to Nov 30 TEMPORARY COOL -SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS) All Sections Crimson Clover Total 7.0 7.0 TEMPORARY WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS Dates May to Nov 1 30 All Sections Foxtail Total Millet 30.0 30.0 Note: Names in parenthesis () represent "improved" varieties of the species shown. Specifications for Utility Installations 9 Fort \1'orlli I)istrict AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about'/2 inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. S))ccirications for Utility Installations 10 Dort \\'ortli District PRUNING SUGGESTIONS DESIRABLE TREE MODIFICATIONS PRESERVING SYMMETRY. DESIRABLE DESIRABLE DESIRABLE DESIRABLE UNDESIRABLE TREE MODIFICATIONS Such Tree -line relation hips as illus rated perpetuates high maintenance costs and ri hi - of -way u sightliness. formlrm faol 2 L UNDESIRABLE UNDESIRABLE UNDESIRABLE OE SIR ABLE (2. Remove limb ti'-6' from Isl cut (I) Undercut I/3 way through limb 8 -12' from main stem. (*) (3) Remove stub (4; Finished cut with an even, with no trace flush cul. llivj` of stub. PROPER LIMO REMOVAL 2' dia. or Mn) Specifications for Utility Insulations 11 Fort Worth District Texas Department of Transportation Installation Application Online version 4/2006 Notice of Proposed Installation Utility Line On TxDOT Highway Right of Way To the Texas Transportation Commission Date 10/17/2022 c/o District Engineer Application No. FTW20220602135938 Texas Department of Transportation Fort Worth District, Texas Formal notice is hereby given that City of Fort Worth proposes to install a utility facility within the right-of-way of IH0020 in Tarrant County, Texas as follows: (details are shown on page 2) Construction of 36 inch water main in steel casing by tunneling, carrier pipe material and size of steel casing to be determined by bidding. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 3 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after January 16, 2023 and end on or before March 6, 2023 I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Fort Worth By Walter Norwood Title Address 200 Texas Street Fort Worth, TX 76102 Phone No. 817-392-5026 E-mail address waiter.norwood@fortworthtexas.gov r4►NNIIUdlt.Iu1I U LdIIb Application No. Date Utility Installation Owner By TxDOT District County Route Control Section Description Attachments FTW20220602135938 10/17/2022 City of Fort Worth Walter Norwood Fort Worth District Tarrant IH0020 000816 Construction of 36 inch water main in steel casing by tunneling. carrier pipe material and size of steel casing to be determined by bidding. 36-Inch-120-Vicin ityMap. pdf 36-Inch-120-Crossing.pdf FTW20220602135938_XC-Profile-36-I nch.pdf I XUU I - Fort Worth District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION Online version 07/2022 Yes No N/A ® r ❑ Is this NOPI within the limits of a TxDOT construction project? If so, please list the project CSJ#/RCSJ#, TxDOT Project Manager and contact information. Please state if this is a relocation. CSJ: 0008-03-094, 0008.03.133, 0008-16-044, 1068-01-220, 1068-05-014, PM David Neeley , P.E. ►a, n ■ n Are all new utility crossings of TxDOT roadways proposed at 90 degrees with the centerline of the highway? If not, please attach an Exception Letter addressed to the TxDOT Fort Worth District Engineer. For SALTWATER LEASES stop here and call 817-370-6952. We propose to construct this utility installation according to the description, construction plans, special provisions, and other related documents, as described in the Notice of Proposed Installation, Approval Form, and Approved Amendments. We will also maintain field representation during installation of this utility. We will also provide As -Bulks plans if the TxDOT Engineer or Inspector has authorized a field change to the installation. ❑ Is the depth of the bore clearly noted on each plan sheet along with a depth profile n ❑ ® Do you understand water pressurized bore is not allow without prior authorization from the Area Engineer? (Wise and Jack County do not allow water pressurized bore) ►_, ►', n n Are the utility plans legible, drawn to scale, accurately dimensioned, and NORTH ARROW with vicinity map shown? n n The following notes are flagged on the first page of the plan sheets: CONTRACTORS -YOU'RE TO CALL THE TxDOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR IS REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. n Buried Utilities: Are buried utilities located as close to 4-FT from the ROW line as possible? If not, are utility conflicts shown and identified? n Are existing utility facilities in dose proximity shown in the plan view and also in a profile view when alignments cross? Aerial Utilities: Are new utility poles located within the first 3-Feet of the ROW? n ■ Aerial Utilities: Are existing and new utility poles differentiated on the plans and is the minimum aerial (vertical and/or horizontal) clearance clearly noted? M n n It is understood that a copy of the Utility Permit or Individual Site Agreement (with exhibits) MUST be on the job site during any construction activities. ®n n /a/ Are the TxDOT ROW lines CLEARLY lines distinguished, labeled, and dimensioned on the plans? Is the location and identification (highway number) of the TxDOT highway clearly indicated on the plans? For Small Cell: Will this protect meet all applicable City design guidelines? If not, please explain. n ® For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows the District Special Provision's? ❑ ❑ ® For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows 43 Texas Administrative Code, Chapter 21, Subchapter C, in this submission? 111 /a1 ®❑ ® ❑ ❑® For HIGH PRESSURE GAS (61 PSI & above) do you have the Barlow's clearly noted on the Plan Sheets? Along with the Plan Sheets signed and sealed by an Engineer. n Has the utility company's on -site inspector and contractor name and contact information been provided in the Basic Comments section or on the Plan Sheets? Are all proposed abandonments -in -place accompanied by an Abandonment Request Letter addressed to the TxDOT Fort Worth District Engineer? Please indicate on the Plan Sheets the type of facility, size, and count of each proposed line. Does this installation meet the Utility Accommodation Regulations? Are you proposing any lane closures? If yes, you will need to include a TxDOT standard or TCP/ BC signed and sealed by a Professional Engineer. NOTES 5/10/22 8:18pm K: \FTW_Ut lilies\061018380—Westoidolll-30—IN—WL\CADD\EXHIBIT\2022-05-10_TXDOT Crossing Map.dwg N.:10:11.40 e to,;„$'11 . 6 k 6 4 o'hil W • SO ,. • '40104,"(• tor + I1 1 fi • , j ti t�M 1 0 141': ��: 114••4,it ill 4 1 ).i 1 , a • t.` p• • ei y '71 I rl I� , I"� ► ! I • e a PROPOSED 50'' PERMANENT EASEMENT e PROPOSED 36" WATER MAIN IN 54" STEEL CASING (CPN 102688-2) $1 those -- :258+007- :260+00. ;262+00: ;264+ k — —1 —Er I— 7-4---1 I I rl _: UCY'S t 9Ut—�U Tr PROPOSED 36 WS—IV WATER MAIN (CPN 103292-1) PROPOSED 42 WS—III WATER MAIN (CPN 103292-1) PROPOSED 36" WS—V WATER MAIN (CPN 103292-1) r PROPOSED 70' PERMANENT EASEMENT WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG.92) 1 • • ZI 1 , i • i tt't'+ '/ •r. • �`. S • • • ' " it 1 (4° M ill •vi 4, * IN , I i' 4 41 �b 14 , ' V ''T �� ' 'lye A •`. • t • -, , • I I. ► a Lit 0 0 't• • ° I itA A i ' �') 0 . r I f 1n !4 , . . ►. I <• 4 tti ► .; 3• I r••' • 11 ii ►► k A; ►} 11 • WALSH RANCHES ► 1 P { LIMITED PARTNERSHIP r..' ' t rA �` �• i (VOL. 12624. PG.92) N I. I 4 FIF 4. .1; t', s%•t 4 • k �, ►i it it'.:01 ►; QI ' 1 i • • a A PROPOSED 42" WATER MAIN IN 66" STEEL CASING (CPN 102688-2) • 7 I RIGHT OF WAY ; 0 •. h • •' I. a r: • INTERSTATE HIGHWAY 20 em (A VARIABLE Y/IDTH OF RIGHT OF WAY) 7-4 TRACT 2 ; DRY RANCH, LLC INNIF CITY OF FORT WORTH (INST. NO. D221015413) \—;.EXISTING TXDOIT I RIGHT OF WAY • EXHIBIT A MARKUM LAND PROPERTIES, LLC (INST. NO. 0217100297) • APPROXIMATE DISTANCE FROM MARKUM RANCH RD TO PROPOSED 42'' WS—III WATER MAIN B APPROXIMATE DISTANCE FROM MARKUM RANCH RD TO PROPOSED 36" WS—IV WATER MAIN C igg WATER MAIN (CPN 102689) Amor Et 31 I • -137981 • •Q INTERSTATE HIGHWAY 20 0. A IA A. i_il sHiet:144$--:;") -• . • I " • WALSH RANCHES LIMITED PARTNERSHIP • it • ti Zir MAP # 1988-376 ROAD • i 0 tr, •1.4 tirt!kii• 3‘ • , A ii . I" 1ff fi.. jes1 sita.._.--74- . l'Elliablit•, e Le:, • • 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, Y/HETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACIU TIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OY;NERS OF SUCH UNDERGROUND FACIUTIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORLMT1ON OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBIU TY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACIUTIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTIUTIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTIUTY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UT1UT1ES PRIOR TO CONSTRUCTION. Y/ARNINGI UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWNG OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS RODNEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, RE. CITY OF FORT WORTH ONCOR ELECTRIC ATh4OS GAS ENLINK MIDSTREAM BARNETT GATHERING CITY OF FORT WORTH WATER DEPARTMENT 817 817 214 817 817 338-6013 355-7026 206-2789 487-1560 584-5371 (817) 871-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 — N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV: 867.41 2. CITY OF FORT WORTH MONUMENT #9038 — ON THE LOST CREEK BLVD. BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE WALK ELEV: 780.01 3. CITY OF FORT WORTH MONUMENT #9042 — ON THE CB OF NORTHMEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV: 803.47 THIS DOCUYDIT AND IS RELEASED IS INCOMPLETE TELIPORARLY ONLY. IT IS CONSTRUCTION, PURPOSES. P.E. FOR INTERAI REMEN NOT INTE/09) FOR BODING, OR PERVIT KYLE WEIDDI SERIAL NO. 124805 DATE: MAY 2022 REV. COMMENTS BY DATE A A ORT WORT CITY OF FORT WATER DEPARTMENT WORTH, TEXAS WESTSIDE III - PHASE II - 42-INCH WATER MAIN INTERSTATE HIGHWAY LOCATION 20 MAP CROSSING Kim ey* orn 801 Cherry St.. Unit 1 is Suite 1300 Fort Worth, TX 76102 817-335-6511 DESIGN: KLW DRAWN: TLH CHECKED: JRT DATE SCALE PROJECT NO. EXHIBIT "AY 2022 1"-r-2001 CITY PROJECT WALSH RANCHES/ VIIED VOL. 9 12 24. PG P (2) I PROPOSED 36" WESTSIDE IV WATER MAIN CAN.103292-2 (BY OTTERS) STA: 0+00 ,BEGIN 36" WATER MAIN 1 (;,CONNECT TO EXISTING 1• 036" WATER MAIN II !(BY OTHERS) `)" RE: DI29/33 !. i _ REMOVE: �' (1) 36'-BLIND RANGE 11 INSTALL: IRE: D146/34 (1) ISOLATION FLANGE N: 6937930.07 = E:2267023.56 I: 1yll _J PROPSSED 24 1- WATER MAIN __ :1 (CPT 103292-2)____ (BY OTHERS) X 1 lII 1111 DRY NST.NO. E" O59 I I I I' 20 X15 BORE PIT C ASSEMBLY I STA: 0+42 56 I I END 36"'WATER C4RIt1E(( PIPE IN' 54" STEEL' GA$ING BY OTHER THAN OPEN %UT (DEPTH OF BORE ICI 16.07') RE:, 0106M 10713.108/32 N:693797263 I E: 2267023.56,2+00 EXISTING 8" BARNETT GATHERING GAS UNE EXISTING 4.5" BARNETT GATHERING GAS LINES FUTURE WS-III 24" WATER MAIN (CAN 102689: X-27022) (BY OTHERS) EXISTING TXOOT RIGHT-OF-WAY / EXISTING 36" RCP STORM DRAIN CAJTON1 CASTING OAS HIES PROPOSED 36-INCH WRIER MAIN i 3+00 STA: 6+1668_ = WATER MAIN 0 STA: 0+00 ' - INSTALL: I (1) 36" X 36" ROLLED TEE - '- 'AV = 0 66' UP I I N:6930546.75 I E:2267023.64 -- 111 STA 6+04,94 I BE N 36' WATER CARRIER E INI543 S EL CASING OR RP I BY,0, ER THAN OPEN CUT I I (DEP OF BORE = 16336) If' I j R- i 106M 107M 108/32 - -- 4+00 I I\ ' N6930531.97 E: 2267023.63 5+00 11i1/1I\ III III 17;1 PROPOSED-42"-' WATER MNN B _ (SEE SHEET 10)- EXISTING 50' GAS EASEMENT (INST. NO. D21206811) EXISTING TXDOT RIGHT or WAY STA:_ 6+68.18 INSTALL: (1) 90' BEND d(= 96.50'2 RT N:6938598.25 E: 2267023.64 - -30X5 BARE PIT STA: 8+66 OFFSET 4.50' RT INSTALL: (1) 6" GATE VALVE I. W/ BOX RE: D126/32 N: 6938571.35 E:2267219.67 STA 8+66 OFFSET 1 INSTALL I (I) STANDARD ARE HYDRANT RE: DI20/32 N: 6930562.16 E:2267218.63 WESTSIDE IV 36-INCH WATER MAIN C WMa1 RMaES WAITED PMIHERR464 (VIOL 12624, PG.92) - STA: 7+11.20 INSTALL: (1) 36 BUTTERFLY VALVE WI VAULT RE: 0128/34 N:6938593.37 E: 2267066.39 STA: 7+35.20 INSTALL 8" DUPLICATE AIR RELEASE VALVE W/ VAULT AND PROTECTIVE FRAME RE: 1/35 N: 6938590.65 E: 2267090.23 SHEET NOTES 2. \ 3 I \\4. 0.0' ROPOSED_50' \ PERMANENT EASMENT STA: 8+66 - - INSTALL: -- _. - _- - (1) 36" X 6" OUTLET - 5. ! N:6938575.82-- '-- - E:2267220.18. STA: 8+71.18 END 30 WATER. MAIN-Cr .INSTALL: S 6. (1Y36' BOND FLANGE- !-N 6938575.23 E 2267225 33 PROPOSED FUTURE 'Iy/,II WEST SIDE ry -- 111 I GO(1NECTON 7- MAP H 1988-380 MAP // 1988-376 MAP # 1988-372 MAXIMUM JOINT DEFLECTION =1.0', CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDEREO SUBSIDIARY TO THE VARIOUS ITEMS BID UNDERGROUND FRANCHISE UTILITY MAY BE IN CONFLICT IN AREAS. CONTRACTOR IS RESPONSIBLE FOR LOCATING AND COORDINATING ANY NEEDED RELOCATION OF THE UNE (TEMPORARY OR OTHERWISE). THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT IF THE WESTSIDE IV 36" WATER MAJN HAS NOT BEEN INSTALLED (BY SEPARATE CONTRACT) AT THE TIME OF CONSTRUCTION, THEN CONTRACTOR SHALL INSTALL BLIND FLANGE, TEST WATER LINE, AND CONNECT TO THE PROPOSED WATER MAIN WITH 36" FLANGE CONNECTION WITH ISOLATION FLANGE ASSEMBLY (SEE SHEET 34). IF THE WESTSIOE IV 36. AT THE CONNECTION POINT HAS BEEN INSTALLED. THEN INSTALL THE WATER LINE AS SHOW IN PLANS. CONTRACTOR TO CALL IXOOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR IS REQUIRED TO CONTACT TXDOT DISTRICT SIGNAL SHOP AT 817-370-3661 FOR UNE LOCATES IF BURIED PORTON OF THIS WORK IS NEAR TXDOT TRAFFIC SIGNALS THE EATER MAIN INSTALLATION SHALL BE CONSTUCTED ACCORDING TO THE DESCRIPTION, CONSTRUCTION PLANS, SPECIAL PROVISIONS, AND OTHER RELATED DOCUMENTS, AS DESCRIBED IN THE NOTICE OF PROPOSED INSTALLATION AND APPROVAL FORM. FIELD REPRESENTATION SHALL BE MAINTAINED DURING INSTALLATION OF THE WATER MAIN. A COPY OF THE TXOOT UTILITY PERMIT MUST BE ON THE JOB SITE DURING ANY CONSTRUCTION ACTIVITY. NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACIUTES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAW FULL RESPONSIBILITY FOR REVIEWING MID CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. TIE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAYING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL MOTET ANY AFFECTED UTILTY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UUUTIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING( UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION. CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS TOMMY WWAMS RODNEY EDWARDS BETTY DAUGHERTY TRACY LEE CHARLES VAUGHN CHRIS HARDER, P.E. CITY OF FORT WORTH DIGTESS AT&T/SBC ONCOR ELECTRIC AINOS GAS ENLINK MIDSTREAM BARNETT GATHERING CITY OF FORT WORTH WATER DEPARTMENT 817 817 214 817 817 344-8377 335-6013 355-7026 206-2789 487-1560 584-5371 817) 392-8293 817) 871-8296 JOINT RESTRAINT LENGTH (AWWA C2 ). P U [alas \051018080—reattlaeirt-3O—In—M\CMO\91EET5\PHA £ 2\WE 875 BEGIN TO END + ej o 0+o m no " 1 I1- 4 tor* vY to.wrE 00 2+00 3+00 4+00 5+00 44:76] d� `----W n rn iroE �F<}YilA?3 6+00 8+00 1 875 BENCHMARKS CITY OF FORT WORTH MONUMENT /90I5 - N.W. CORNER OF WESTPOINT BLVD. 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT49015 SET IN THE TOP OF THE INLET ELEV: 867.4 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD BRIDGE OVER MARYS CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND I FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE WALK ELEV. 780.01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTHVIEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD. IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT 19042 SET IN THE TOP OF WE INLET ELEV: 803.47 1VS BGWRENT IS ViC04/PIEIE Aw Is RELEASED 1EVPORMxY FOR POEM NOT iO.9F➢ FOR Ul SS1RCfl BOOM. W MUM PURPOSES E T R %FLO PC, PROFUSE SCALE* 1" = 40' H 1"= 4'V 0 40 80 120 AK O. 124805 SCALE: I" = 40' DATE UAY 2022 REV. COMMENTS BY DATE ORTWO CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WESTSIDE III - PHASE II - 42-INCH WATER MAIN PROPOSED 36-INCH WATER MAIN C BEGIN TO END Kimley>»Horn ROI Cherry St., Unit 11, Sul e 1300 Fat Worth, IX 1BPE No. F-928 76102 817-315-.6511 DESIGN: KLW DRAWN: TLH CHECKED: JRT DATE SCALE PROJECT NO. SHEET MAY 2022 1"=40'H 1"=4'V CITY PROJECT 7102668-2 �� 960. 940 920 900 880 9tn -.I XI W PROPOSED 36" WATER LINE CROSSES 1-20 AT TXDOT STA. 264+32.96 APPROXIMATE ELEV. TIC = 896.27' 11.76 ft u LL Ls. 0 VW NN NUb ON Cn ■ APPROXIMATE EXISTING GRADE AT CENTER LINE OF 36' WATER MAIN 0 tel to 0cn ■ J w -320 -300 -280 -260 -240 -220 -200 -1 960 940. 920, 900 880 80 60 6; 00 WVD 9- CA II ■ LL OW 8.62' TO FIELD SURVEY -140 -120 to v cn • WNW • to • • tn O cn I ■ J Li_ W LL 0 ■ N. • U. WO 00 -80 -60 'O up O up O to O M N N Ilp In W in •- Cl 1 01 II ■ II ■ LL • LL OW OW J W APPROXIMATE PROFILE OF PROPOSED 36" WATER MAIN IN 54" STEEL CASING 0 O^ I W N ■ - 40 -20 0 20 t PIH2O STA 264+00:00 N to cn ■ • J W Al ;1 O N 0 9-- Id In to9- u ■ U. • O w 2. 00% ON ON O CO 0 O to to tp tp M N 1 cn I Cn U. • La. • U. J LL J O W O W 2.0$% ( PIH2O N • VW 014 j M . I N: M W I ■ II LL • j La. O w i O 1 tO tO tnOM tl• O IA to Q1 M tT • ■ ■ • U. • W O W . 00' 40 O 0 tO . to PROPOSED 1-20 TxDOT IMPROVEMENTS I 8.54' TO FIELD SURVEY 60 80 100 NOTE: T/C=TO CO On O • O to • • tp a1 M ■ ■ • LL W O W 1 co N to inl ■ 914.00 J W 0 0 tp N ■ ILL LL 0 ■I O O t0 to ■ W 0 ■ J W N M M . 0001 ■ ■ La. • U. 0 W 120 140 OF CASING 0 ■ Lk Lk O FIELD SURVEYED GRADE AT TXDOT STA. 264+32.96 EXIST FIBR OPTIC WATER LINE E WATER LINE 960 940 11.45 ft 160 180 N \ 200 220 APPROXIMATE E T/C = 899.93' 900 880 240 260 280 300 320 00 MN I O N M is le • U. W 0 2.00% 6s 1 1 4:1 N 0 64 M .1 • tL o w EXIST FIBR OPTIC WATER LINE FUTURE WATER LINE -320 -300 980 960 940 920 900 - 280 -260 -240 -220 -200 1 80 60 40 -120 0 I- 1 1 -100 -80 - 40 -20 0 20 PIH2O STA 263+00.00 0 0 N P- N h- . N • N N NO N (J1 • O1— ■ ■ ■ ■ U. . U. U. J U. J OWOW A: W N MO CQ1' 40 60 80 100 120 140 ito 1o0 200 220 240 260 960 940 920 900 880 280 300 320 U . LL 0 - 915. 70 J W 0 U1 01, ■ 2. 00% to • II ■ • ta. WO II J La.l M t0 • Q ■ La. LL 0 01 co Q 01 ■ J W -320 -300 - 280 -260 -240 -220 -200 -1 80 -160 -140 -120 00 -80 -60 -40 -20 0 20 Q PIH2O STA 262+00.100 1 40 60 80 100 120 140 160 180 200 980 960 940 920 900 220 240 260 280 300 320 1 FOR INFORMATION ONLY 0 20 40 60 80 HORIZ. SCALE IN FEET 0 20 40 60 80 VERT. SCALE IN FEET WNTB HNTB Corporation The HNTB Cowponies Engineers Architects Planners Firm Registration Lumber 420 Texas Deportment of Transportation Ar 02022 by Texas Deportment of Tronsportotion; oll rights reserved IH 20 PROPOSED CROSS SECTIONS SHEET 36 OF 47 FED. RD. FEDERAL AID PROJECT NO. SF EET NO. 6 STATE DISTRICT COUNTY TEXAS FTW PARKER. ETC 37 CONTROL SECTION JOB HIGHWAY NO. 0008 03 094, ETC IH 20 \\n I nw(lfl\nrn ion+c\7RRFF Win I ch Pnnrh\PI -n(17 T -7n PCr\r Af1\C annnk\CC1 f1 floc i nn\7R�.AF XCFC Ffl% rinn • r J\ -J M/1.M r. no. •1/' ''IA 10/25/22, 12:20 PM Gmail - Section 106 Submission 1%01 Gmail Section 106 Submission • Allen Rutherford <allenmrutherford@gmail.com> noreply@thc.state.tx.us <noreply@thc.state.tx.us> Tue, Oct 25, 2022 at 11:45 AM To: allen@arc-digs.com, reviews@thc.state.tx.us 4 TEXAS HISTORICALlCOMMISSION plee'r� it/lrll; real ›In:•iri Re: Project Review under the Antiquities Code of Texas THC Tracking #202300904 Date: 10/25/2022 Westside Ill Transmission Main (Permit 30202) Old Weatherford Road Fort Worth,TX Description: Part II interim report Dear Allen Rutherford: Thank you for your submittal regarding the above -referenced project. This response represents the comments of the Executive Director of the Texas Historical Commission (THC), pursuant to review under the Antiquities Code of Texas. The review staff, led by Arlo McKee and Caitlin Brashear, has completed its review and has made the following determinations based on the information submitted for review: Above -Ground Resources • No further review of potential effects to above -ground historic resources is required under the Antiquities Code of Texas. However, should this project ultimately include any federal involvement, additional consultation with THC/SHPO under Section 106 of the National Historic Preservation Act will be required. Archeology Comments • No historic properties affected. However, if cultural materials are encountered during construction or disturbance activities, work should cease in the immediate area; work can continue where no cultural materials are present. Please contact the THC's Archeology Division at 512-463-6096 to consult on further actions that may be necessary to protect the cultural remains. We have the following comments: Thank you for submitting this interim report for Part 2 of the project, which is south of St. Mary's Creek. We agree that No Historic Properties or State Antiquities Landmarks will be effected within both Parts 1 and 2 and we agree that construction should be allowed to proceed in these area. We await receipt of an integrated draft report coving both the reviewed Parts 1 and 2 along with the unreviewed Part 3, to make any recommendations for affected cultural resources within Part 3. We look forward to further consultation with your office and hope to maintain a partnership that will foster effective historic preservation. Thank you for your cooperation in this review process, and for your efforts to preserve the irreplaceable heritage of Texas. If the project changes, or if new historic properties are found, please contact the review staff. If you have any questions concerning our review or if we can be of further assistance, please email the following reviewers: Arlo.McKee@thc.texas.gov, caitlin.brashear@thc.texas.gov. This response has been sent through the electronic THC review and compliance system (eTRAC). Submitting your project via eTRAC eliminates mailing delays and allows you to check the status of the review, receive an electronic response, and generate reports on your submissions. For more information, visit http://thc.texas.gov/etrac-system. Sincerely, https://mail.google.com/mail/u/0/?ik=00af9a974c&view=pt&search=all&perrnmsgid=msg-f%3A1747678769513360257&simpl=msg-f%3A17476787695... 1/2 10/25/22, 12:20 PM Gmail - Section 106 Submission for Mark Wolfe, State Historic Preservation Officer Executive Director, Texas Historical Commission Please do not respond to this email. https://mail.google.com/mail/u/0/7ik=00af9a974c&view=pl&search=all&permmsgid=msg-f % 3A1747678769513360257&simpl=msg-f % 3A17476787695... 2/2 GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WESTSIDE III — PHASE I — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/161 0723.97 33 05 13 Urethane Hydrophilic Waterston Asahi Kozo K.K. Adeka Ultra -Seal P-201 ASTM D2240 D4120792 04//26 00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35.0048.001 04/26 00 33 05 13 Profile Gasket for 4' Diam. MIL Press :Seal Gasket Corp. 250-4G Gasket ASTM C-443;C-361 SS MH 126 99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13 05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/131 1/2699 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Floatite ASTM 3753 Non -traffic area 08/30 06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewn - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) • 33 05 13 IManho!e Frames and Covers i Western Iron Works Bass & Hays Foundry I 1001 24"x40' WD Water & Sewn - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Res 2/3/16) • 33 05 13 Manhole Frames and Coven Western Iron Works, Bass & Hays Foundry 30024 24" Dia. • 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08'24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM M8 & AASIITO M306 24' Dia. 03'2418 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-Lh1(Hinged) ASTM A43 & AASIITO M306 24" Dia. 08Q4/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A43 & AAS/ITO h1306 30' Dia. 0824/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASIITO M306 30" dia. 33 05 13 Manhole Frames and Coors Sigma Corporation MIf-144N 33 05 13 Manhole Frames and Coven Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS•STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24' dia. 10'31,06 33 05 13 Manhole Frames and Covers (Hinged) Poaerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 725.03 33 05 13 Manhole Frames and Covers Saint-Gotuin Pipelines (PamrexJrexus) RE32-REFS 30" Dia. 01/31,06 33 05 13 30' Dia. MU Ring and Cover East Jordan Iron Works \'1432-2 and V 1433 Designs AASHTO M306.04 30' Dia. 11,02/10 33 05 13 30' Dia. MH Ring and Cover Sigma Corporation MH1651FWN & N11116502 30' Dia 07/1911 33 05 13 30' Dia. Mil Ring and Cover Star Pipe Products M1132FT\VSS-DC 30' Dia 03'10'1 I 33 05 13 30" Dia. MII Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30' Dia 10'14'13 33 OS 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30' ERGO with Cam Lock'MPIC/r-Gasket XL Assembly ASSIITO NI105 & ASTM A536 30' Dia 0601/17 34 05 13 30' Dia. Mil Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32') ASTM A 43 30" Dia. 0916'19 33 05 13 30' Dia. MU Ring and Cover Composite Access Products, I_P. CAP-ONE-30-FT\V, w;o Composite, w:' Lock Hing 30" Dia. 10 0721 34 05 13 30" Dia. MI[ Ring and Cover Trumbull Manufacturing 32'(30') Frame and Cover 30' Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/161 • 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. • 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Oh. • 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03.03 00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 43 24" Dia. 0420 01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24.23 75 Ring and Cover ASTM A 48 24' Dia. Water & Sewn - Manholes & Bases/Precast Concrete (Rev 1/8/131 • 33 39 10 Manhole, Precast Concrete I I)dro Conduit Corp SP[. Item.449 ASTM C 478 48" • 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09t23.96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 43" 1.D. Manhole w! 32" Cone ASTM C 478 43' w'32" cone 05.03'I8 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 33 39 10 Manhole, Precast Concrete O!dcastle Precast Inc. 48" I.D. Manhole ve 24" Cone ASTM C 478 48' Diam w 24" Ring 06 0910 33 39 10 Manhole, Precast (Reinforced Pol)mer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72' 09.06'19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60' & 72' I.D. Manhole w"32' Cone ASTM C-76 60" & 72' 10 07/21 32 39 20 Manhole. Precast Concrete Forten-a Pipe and Precast 43' ID. Manhole w/32' Cone ASTM C-77 43" 10 0721 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48' & 60' I.D. Manhole w32" Cone 48' & 60' 10 0721 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48' & 60' I.D. Manhole w'32' Cone 43" & 60' Non Traffic Areas Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious • EI-14 Manhole Rehab Systems Qaadex 04/23.01 EI-14 Manhole Rehab Systems Standard Cement Materials. Inc. Reliner MSP EI-14 Manhole Rehab Systems AP,MPermaform 420 01 EI-14 Manhole Rehab System Strong Company Strong Sal MS2A Rehab System 5/1203 EI-14 Manhole Rehab System (Liner) Poly -triplex Technologies MH repair product to stop infiltration ASTM D5313 03'30 06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Water & Sewn - Manholes & Bases/Rehab Systems/No iCentcntitious 05/20 96 EI-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639. 3790 • EI-14 Manhole Rehab Systems Sun Coast 12/14:01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsify) For Exterior Coating of Concrete Structures Only 01 /31,06 Coatings for Corrosion Protection Chesterton Are 791, S1 HB, S1, S2 Acid Resistance Test Sewer Applications 8282006 Castings for Corrosion Protection Warren Environmental S•301 and N1-301 Sewer Applications OS/30 06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Grade (Asphatic Emulsion) Spray For Exterior Casting of Structures Only Concrete * From Original Standard Products Ust 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewet - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) • 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. • 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. • 33 05 13 Manhole Insert Noaow-Inflow Made to Order- Plastic ASTM D 1248 For 24" dia. 0923 96 33 05 13 Manhole Insert Southwestern Packing & Seals. Inc. I ifeSaver - Stainless Steel For 24" dia. 09/23:96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewet - Pipe Casing Spacers 33-05-24 (07/01/131 1 1,04.02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02 0b93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04122,87 Casing Spacers Cascade Waters orks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 0914110 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10'1 I Stainless Steel Casing Spacer Powerseat 4310 Powerchock Up to 48" 03/19//18 Casing Spacers BWM SS-I2 Casing Spaccr(Stainless Steel) 0311918 Casing Spacers R\VM FR-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03 29 22 33 05 13 Casing Spacers CCI Pipeline Systems CSC 12, CSS 12 Water & Sewei - Pipes/Ductile Iron 33-11-10(1/8/13) • 33 I 1 10 Ductile Iron Pipe GriRin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C 150, C151 3" thru 24" 0824!18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA CI50, C 151 4" thru 30' 0324!18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) A\VIVA C I50, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA CI50, CISI • 33 1 110 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewet - Utility Line Marker (08/24/2018) I Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 0b25 02 Epoxy I.ining System Sauereisen, Inc SewerGard 2IORS !.A County #210-1.33 12/14 01 Epoxy Lining System Ertech Technical Coatings F.rtech 2030 and 2100 Series 04!14 05 Interior Ductile Iron Pipe Coating Induron Protean 401 ASTM B-I 17 Ductile Iron Pipe Only 01/31.06 Coatings for Corrosion Protection Chesterton Arc 791, SUM, SI, S2 Acid Resistance Test Sewer Applications 8282006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane I Sewer - Combination Air Valves 05125/I8 33-31-70 Air Release Valve A.R.I. USA. Inc. D0251TP02(Compositc Body) 2" Sewer - Pipes/Concrete • E1-04 Conc. Pip:, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 • El-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 • EI-04 Conc. Pipe, Reinforced Hanson Concrete Products ASTM C 76 • EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems Melat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Polyethylene Calgary, Canada Approved Previously Trendtless Replacement System Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/131 7i21/97 33 31 13 Cent. Cast Fiberglass (FRP) 'lotus Pipe USA, Inc. 'tubas Pipe (Non -Pressure) ASTM D326203754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Anteron Rondstrand RPMP Pipe ASTM D3262/D3754 04.09.'21 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flotstite) ASTM D3262/D3754 4!I4 05 Polymer Modified Concrete Pipe Amitech USA Meyer Polyerete Pipe ASTM C33, A276, F477 8" to 102", Class V 06 09110 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/131 • High -density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" • High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Conduit:Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12.02!11 33-11-12 DIt-14 PVC Pressure Pipe Pipelife Jetstrcam PVC Pressure Pipe AWWA C900 4" thru 12" 10'22!14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" • From Original Standard Products List 2 FORT WO RT H... CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval' Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Pipes/PVC* 33-31-20 (7/1/13) 33-31-20 PVC Sewer Pipe • J-ht Manufacturing Co., Inc. (1M Eagle) SDR-26 ASTM D 3034 4" - 15" 1223 97• 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" • 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 01/18'18 33-31-20 PVC Sewer Pipe Vin)itech PVC Pipe Gravity Sesser ASTM D3034 4" thru 15" 11/I 1/9S 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation 'S" Grasity Sewer Pipe ASTM F 679 IS" to 27' • 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26'3S PS 115H6 ASTM F 679 18' - 28" 0911/12 33.31-20 PVC Sct'cr Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18* 05.06 05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04.2106 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 Inc (Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe PipelifeJet Stream SDR 35 ASTM F679 18°- 24" 3!I9.2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15' 3/29'2019 33 31 20 Gasketed Finings (PVC) GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15" 1021 /2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" I0'22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10'21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26'35 PS I I5.'46 ASTM r-679 I8"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) • Cured in Place Pipe Insituform Tesark. Inc ASTM F 1216 05.03,99 Cured in Place Pipe National En irotech Group National Liner, (SPL) Item #27 ASTM F-I216.D-SSI3 05 29,96 Cured in Place Pipe Reynolds Inulnliner Technolgy (Iniiner USA) Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form • Fold and Form Pipe Cullum Pipe Systems. Inc. 11.03.98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPlpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 1204 00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner 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 - Pipes/Open Profile Large Diameter 09.26 91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vyion Pipe Carton Vyion !LC. Closed Profile Pipe, ASTM F 679 18" to 48' 0926 91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" EI00-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10'10 (6100-2) Pol)propyiene (PP) Sewer Pipe. Double Wall Advanced Drainage Systems (ADS) SaniTite 11P Double Wall (Corrugated) ASTM F 2736 24"-30' 11/1010 (E100-2) Polypropylene (PP) Sewer Pipe, Triple \Vail Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30' to 60' 05!I6'I I Steel Reinforced Polyethylene Pipe ConTech Construction Products D unnaxx ASTM F 2562 24" to 72° Water - Appurtenances 33-12-10 (07/01/13) 01/I3'I8 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW\VA C800 I"-2" SVC, up to 24" Pipe 08,28 02 Double Strap Saddle Smith Blair a3I7 Nylon Coated Double Strap Saddle 0723'12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 10'27/87 Curb Stops -Ball Meter Valves McDonald 610OM16100h1T & 610MT 3/4" and I" 1027r87 Curb Stops -Ball Meter Valves McDonald 46036, 460413, 6100M, 6100TM and 6101ht I' and 2" 5.252018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600.7NL, FB1600-7-N1, FV23-777-W-NL, L22-17NL AWWA C800 2" 5252013 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. F8600-6-N1., FB1600-6-N1., FV23.666-W- NL, 1.22-66NL A\VWA C800 I-12" 5'25.2018 33-I2-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FBI600-4-NL, BI t-414-WR- NL, n22444-WR-NL, L23-44NL AW\VA C800 I" 5252018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co.. lid. B-25000N, B-24277N-3, B-20200N-3, II- 15000N, , H-1552N, H142276N A\VWA C800, ANSF 61, ANSI'NSF 372 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 8.25000N, B-20200N-3, B-24277N-3,1I- I5000N, H-14276N. H-15525N A\V\VA C800, ANSF 61, ANSI/NSF 372 I-I2" 5.25t2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 8-25000N, B-20200N-3,11-I5000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 I" 0126 00 Coated Tapping Saddle with Doable SS Straps 1CM Industries, Inc. 4406 Double Band SS Saddle 1 "-2" Taps on up to 12' 0'5'21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS A\V\VA C-22-3 Up to 30' w/I2' Out 03 29 22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve A\V\VA C-223 Concrete Pipe Only 05/10'11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490M1 4"-S" and 16" 0229.412 33-12-25 Tapping Sleeve (Coated Steel) Romac ITS 420 A\VWA C-223 U p to 42' w/24" Out 0229'12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24' w/12" Out 0229.'I2 33-12-25 Tapping Sleeve (Stainless Steel) Rome SST III Stainless Steel AWWA C-223 Up to 30' w/12" Out 05/l0'1 I Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30' Plastic Meter Box w.Composite Lid DFW Plastics Inc. DFW37C-12-1 EPAF FTW Plastic Meter Box w1Composite Lid DEW Plastics Inc. DFW39C-12-1 EPA FTW OS '30 06 Plastic Meter Box w;Composite Lid DPW Plastics Inc. DFW65C-14-1 EPAF FT\V Class "A" Concrete Meter Box Bass & llays 0%11137-B12 1118 LID-9 Concrete Meter Box Bass & Hays Ch16.18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) I • From Original Standard Products Ust 3 FORT WORTH.. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer 'i.e Iar:er man 1Sincnammeter snail oea'.roveator use o mewater ue'ailment ona •roens.ecuicoasis. J seam oeaatn; ma ye to' uirea ror some Dies. Approval .Water Spec No. - Combination Classsitication Air Release 33-31-70 (01/08/13) Manufacturer Model No. National Spec Size • EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts I" & 2" • EI-I 1 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. Ir2", I" & 2" • El -I 1 Combination Air Release Valve Valve and Primer Corp. APCO 4143C, 4145C and 4147C I", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) i0 01/87 E-I-1 2 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03'31/88 E-I-I2 Dry Barrel Fire hydrant American Darling Vahe _ 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 /I D93 E-I-I2 Dry Barrel Fire Hydrant American AVK Company Model 2700 AW\VA C-502 0824.88 6-I-I2 Dry Barrel Fire Il)drant Cow Corporation Drawings D20435, D20436, B20506 AWWA C-502 F.-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783F1V AWWA C-502 0924,87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 A\VWA C-502 10'14,87 E-I-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15,88 El-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10 09.87 E-I-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09.'16 87 F,-I-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 O8'12/16 33.12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works)__ _ 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 I 3/4" - 6" Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) 01/18'18 33-11-12 PVC Pressure Pipe Vinyttech PVC Pipe DRI4 A1V\VA C900, AWWA C605, ASTM D1784 4"-12" 3'19,2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DRI4 AWWA C900 4"-12" 3119.2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream I DRIB AWWA C900 16"-24" 5'25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 525'2018 33 I 1 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" I2'6'2018 33 1112 PVC Pressure Pipe 1-h1 Manufacturing Co., Inc dib'a JM Eagle DR 14 AWWA C900-I6 UI. 1285 ANSI/NSF 61 FM 1612 4"-28" I2/6'2018 33 1112 PVC Pressure Pipe J-M Manufacturing Co., Inc d'b'a JM Eagle DR 18 AWWA C900-16 Ul. 1285 ANSI/NSF 61 FM 1612 16"-24" 9.'6'2019 33 1112 PVC Pressure Pipe Underground Solutions Inc. DRI4 Fusible PVC AWWA C900 9:6'2019 33 1112 PVC Pressure Pipe NAPCO(\Vestlake) DR18 AWWA C900 16" - 24" 9.'6'2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9.'6'2019 33 1112 PVC Pressure Pipe Sanderson Pipe Corp. DRI4 AWWA C900 4"- 12" Water - Pines/Valves & Fittings/Ductile Iron Fittings 33-11-11(01/08/13) 07/23 92 EI-07 Ductile Iron Fittings Star Pipe Products, inc. Mechanical Joint Fittings AWWA C153 & Cl 10 • EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 • EI-07 Ductile Iron Fittings McWanerryler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C I l l 08'I 1198 61-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02126'14 EI-07 NU Fittings Accucast Class 350 C-I53 NU Fittings A\VWA C153 4"-12" 05/14,98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co.'Uni-Flange Uni-Flange Series 1400 AWWA CI I IiC153 4" to 36" 05/14 98 EI-24 PVC Joint Restraints Ford Meter Box Co.'Uni•Flangc Uni-Flange Series 1500 Circle -Lock AWWA C I 1 IiCl53 4" to 24" 11,09.04 E1.07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW\VA CI I IiCI 16:C153 4" to 12" 02/29/12 33-I 1-I I Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA CII1/CI 16C153 4" to42" 02/29/12 33-I I -I 1 PVC Pipe Mechanical Joint Restraint EBAA iron, Inc. hlegalug Series 2000 (for PVC Pipe) AWWA CI I I/CI 16:C153 4" to 24" 0805.04 El-07 Mechanical Joint Retainer Glands(PVC) Sigma. Co. Sigma One-LokSLC4-SLCIO AWWA CII1/C153 4"to10" 03 06'19 33-I 1-I i Mechanical Joint Retainer Gland (PVC) Sigma. Co. Sigma One•Lok SLCS4 - SLCSI 2 AWWA CI I I iC 153 4" to 12" 08 05 04 Ei-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One -LA SLCE AWWA CI I IiC 153 12" to 24" 08'10 98 E.1.07 NU Fittings(DIP) Sigma. Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10'I2/10 EI-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & 1h1 ASTM F-1624 4" to 12" 08'16'06 El-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11,07/16 33.11-I I Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA CI I I 11,07/16 33-11-I 1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DiP Stargrip Series 3000 ASTM A536 AWWA CI I I 03'19118 33-I 1-I l Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZO) Black For DIP ASTM A536 AWWA CI I I 3"-18" 03,19/1 S 33-I 1-I 1 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (HD) Red for C900 DRI4 PVC Pipe ASTM A536 AWWA CI I 1 4"-I2" 03,19118 33-11-1 I Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DRI8 PVC Pipe ASTM A536 AWWA CI I I 16"-24" • From Original Standard Products List 4 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - PipesNalves & Fittings/Resilient Seated Gate \ alve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w'no Gears American Flow Control Series 2500 Drawing 4 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 Flow Control Series 2520 & 2524 (SD 94.20255) AWWA C515 20" and 24" 05'13.99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10,24:00 El-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C5I5 4" to 12" 03 0504 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW\VA CSIS 42" and 48" 05/23:91 E1-26 Resilient Wedge Gate Vahe American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12' 01,24.02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller • 61.26 Resilient Sated Gate Valve Kennedy 4" - 12" • EI-26 Resilient Sated Gate Valve M&II 4" - 12" • EI-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08,99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW\VA C515 24" and smaller 05/13 05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW\VA C515 30" and 36" 01/31,06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW\VA CS I S 42" and 43" 01/28 88 E1-26 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 CS15 16" 11,03 99 F.I-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA CS I5 24" and smaller 11/29.04 Resilient Wedge Gale Valve Cow Valve Co. Clow 30' & 36" C-5I5 MV\VA C515 30" and 36" (Note 3) 11i30'12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05.03 91 EI-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & mess 4" - 12" • EI-26 Resilient Seated Crate Valve U.S. Pipe and Foundry Co. Metrvveal 250. req&cements SPI.a74 3" to 16" I026'16 33-12-20 Resilient Seated Gate Valve FJ (East Jordan Iron Works) EJ FlowMaster Gate Valve Si: Boxes 08,24'18 Mateo Gate Valve Mateo -Nora 225 MR AWWA/ANSI CI IS/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/141 * E1.30 Rubber Seated Butterfly Valve I lenry Pratt Co. AWWA C-504 24" • E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller I/11,99 EI-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06'12 03 F.I-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW\VA C-SO4 Up to 84" diameter 04.06 07 El -30 Rubber Seated Butterfly Valve M&l I Valve M&I1 Style 4500 & 1450 A\V\VA C-504 24" to 48" 03,19118 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water - Polyethylene Encasement 33-11-10 (01/08/131 05/1205 E1-13 Polyethylene Encasment Flevsol Packaging Fulton Enterprises A\VWA C105 8 mil LLD 05/1205 EI-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/1205 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtovvn Bolt & Gasket AWWA C105 8 mil LID 09.06'19 33-I 1-11 Polyethylene Encasment Nonhtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 311196 I\Water Sampling Station Water Plus B20 Water Sampling Station Water - Automatic Flusher I021/20 Automated Flushing System Mueller Hydroguard 1106-A-I N-2-BRN-LPRR(Portab!e) 1.1G2-A-IN--2-PVC-0I8-LPLG(Permanent) 04 09721 Automated Flushing System Kupferle Foundry Company Eclipse s9S00xc 04 0921 Automated Flushing System Kupferle Foundry Company Eclipse 49700 (Portable) • From Original Standard Products List 5