Loading...
HomeMy WebLinkAboutContract 59627CONFORMANCE FORT WORTH CITY SECRETARY r-� CONTRACT NO. _.,„_, f n oL - CONTRACT FOR THE CONSTRUCTION OF WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST City Project No. 103292-3 VOLUME 1 OF 2 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Farida Goderya, Ph.D., P.E. Project Manager Prepared for The City of Fort Worth Water Department MARCH 2023 Kimley>» Horn Texas Registered Engineering Finn F-928 KHA No. 061018398 OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX WESTSIDE III/IV/V TRANSMISSION MAINS - MARKUM RANCH PS TO ALEDO RD CITY PROJECT NO.: 103292-2 March 2023 Chris Igo, P E Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 CHRIS IGO WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO.: 103292-3 February 2023 02/01/2023 TBPE Firm #20656 Craig B. Meier, P.E Black Mesa Engineering & Consulting, PLLC TBPE 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 ,��• tniil�fi1d' • 02/01/2023 NACE CP4 #5928 Dean Flessas DKC Integrity, LLC NACE CP4 #5928 7 Switchbud Place The Woodlands, TX 77380 33 04 12 — Magnesium Anode Cathodic Protection System FORT WORTH® City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 - General Conditions 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 09/30/2021 Bid Form 00 42 43 Proposal Form 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 45 13 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 11/23/2021 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 03/09/2020 Supplementary Conditions Division 01- General Requirements 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 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised June 10, 2022 PROJECT DATE: MARCH 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03 - Concrete 03 30 00 Cast -In -Place Concrete Division 32 - Exterior Improvements 03/11/2022 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/01/2023 32 92 13 Native Grass and Wildflower Seeding 03/01/2023 Division 33 - Utilities 33 01 32 03/01/2023 Closed Circuit Television (CCTV) Inspection OF Water Transmission Mains 33 04 10 Joint Bonding and Electrical Isolation 03/01/2023 33 04 11 Corrosion Control Test Stations 03/01/2023 33 04 12 03/01/2023 Magnesium Anode Cathodic Protection System 33 04 40 Cleaning and Acceptance Testing of Water Mains 03/01/2023 33 05 20 Auger Boring 03/01/2023 33 05 21 Tunnel Liner Plate 03/01/2023 33 05 22 Pipe 03/01/2023 Steel Casing 33 05 24 03/01/2023 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 11 10 Ductile Iron Pipe 03/01/2023 33 11 I1 Ductile Iron Fittings 03/01/2023 33 11 14 Buried Steel Pipe and Fittings 03/01/2023 33 I 1 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 03/01/2023 33 12 30 03/01/2023 Combination Air Valve Assemblies for Potable Water Systems VOLUME 2 Technical Specifications which have remained unmodified; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 02 41 13 Selective Site Demolition Last Revised 03/11/2022 Division 03 - Concrete 03 34 13 I Controlled Low Strength Material (CLSM) Division 31 - Earthwork 12/20/2012 31 25 00 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 32 11 23 I Flexible Base Courses 12/20/2012 32 31 26 l Wire Fence and Gates 12/20/2012 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised June 10, 2022 PROJECT DATE: MARCH 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 32 92 14 Non -Native Seeding Division 33 - Utilities I 05/13/2021 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 05/06/2015 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 File Ilydtauk 01/03/2014 33 12 60 06/19/2013 Standard Blow -off Valve Assembly 33 39 20 Precast Concrete Manholes 12/20/2012 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 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised June 10, 2022 PROJECT DATE: MARCH 2023 6/14/23, 4:09 PM M&C - Council Agenda City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 13, 2023 REFERENCE NO.: **M&C 23-0499 LOG NAME 60WS IV TRANSMISSION MAIN - MCKEE SUBJECT: (CD 3) Authorize Execution of a Contract with McKee Utility Contractors, Inc., in the Amount of $11,624,937.00 for Westside IV 36-Inch Water Transmission Main Provide for Project Costs for an Additional Project Total in the Amount of $12,429,931.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McKee Utility Contractors, Inc. in the amount of $11,624,937.00 for the Westside IV 36-Inch Transmission Main from Aledo Road to Westside IV Elevated Storage Tank project; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the WSIV Elevated WST & Trans Main project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in the WSIV Elevated WST & Trans Main project (City Project No. 103292) in the amount of $12,429,931.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with McKee Utility Contactors, Inc., in the amount of $11,624,937.00 for Westside IV 36-Inch Transmission Main from Aledo Road to Westside IV Elevated Storage Tank project. The project was advertised for bid on March 16 and 23, 2023, in the Fort Worth Star -Telegram. On April 20, 2023, the following bids were received: Bidder Base Bid Contract Time McKee Utility Contractors, Inc. $11,624,937.00 325 Days Calendar S J Ltd Louis Construction of Texas, $12,562,003.58 Reyes Group, Ltd $12,733,555.00 Mountain Cascade of Texas, LLC $13,200,418.00 Harper LLC Brothers Construction, $15,011,406.74 n addition to the contract cost, $514,370.00 is required for project management and inspection and $290,624.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. 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 apps.cfwnet.org/ecouncil/printmc.asp?id=31127&print=true&DocType=Print 1/3 6/14/23, 4:09 PM M&C - Council Agenda financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2023- 2027 Capital Improvement Program as follows: 60WS IV TRANSMISSION MAIN - MCKEE Capital Fund Name Project Name Appropriations CIP Authority (Increase/Decrease) Budget Change Revised FY2023 Budget Budget FY2023 $12,429,931.00 56022 W&S Commercial Paper - 103292 - WSIV $0.00 This M&C $12,429,931.00 Elevated WST& Trans Main Funding for the WSIV Elevated WST& Trans Main project is depicted below: Fund Existing Appropriations Appropriations Additional Project Total* W&S Commercial Paper 56020 -Fund $1,831,291.00 $0.00 $1,831,291.00 $8 853,934.00 $0.00 $8,853,934.00 W&S Commercial Paper 56021 Fund W&S Commercial Paper 56022 -Fund $0.00 $12,429,931.00 $12,429,931.00 $0.00 $324,256.00 W&S Projects 56002 Capital Fund $324,256.00 Project Total $11,009,481.00 $12,429,931.00 $23,439,412.00 *Numbers rounded for presentation purposes. Business Equity - McKee Utility Contractors, Inc. is in compliance with City's Business Equity Ordinance by committing to eight percent MWBE participation on this project. The City's MWBE goal on this project is six percent. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: apps.cfwnet.org/ecouncil/printmc.asp?id=31127&p nt=true&DocType=Print 2/3 6/14/23, 4:09 PM M&C - Council Agenda The Director of Finance certifies that funds will be available after the sale of the Water and Sewer Bonds 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 WSIV Elevated WST & Trans Main project to support the approval of the above recommendations and execution of the amendment to the engineering contract and the construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (F Ds): TO Fund Department ID Account Project ID Program ctivity 1 Budget Year Reference (Chartfield # 2) mount hl FROM Fund Department ID Accoun Project ID ctivity 1 Budget Year l Reference (Chartfield # 2) Program moun CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Farida Goderya (8214) ATTACHMENTS 1. 6OWS IV TRANSMISSION MAIN - McKee FID Table (WCF 05.04.23).xlsx (CFW Internal) 2. 6OWS IV TRANSMISSION MAIN - McKee 1295,pdf (CFW Internal) 3. 60WS IV TRANSMISSION MAIN - McKeeCompMemo.pdf (CFW Internal) 4. 6OWS IV TRANSMISSION MAIN McKEE.docx (CFW Internal) 5.60WSIVTRANSMISSIONMAIN-MCKEE MAP.pdf (Public) 6. Entitylnformation- McKee pdf (CFW Internal) 7. ORD.APP 6OWS IV TRANSMISSION MAIN - MCKEE 56022 A023(r3).docx (Public) 8. PBS CPN 103292.p f (CFW Internal) 9. Res 6OWS IV TRANSMISSION MAIN - McKee(Rev).docx (Public) apps.cfwnet.org/ecouncil/printmc.asp?id=31127&print=true&DocType=Print 3/3 Ct 0 U c cn 0 0) ce t.. E-- Q) ten O L a C O a C ao 0 a N LL 0 7-1 0 u CU 0 Sono Om Q. 0) 0 C LL 0 0 ri m m m N ri O CO vcr ri O O N cn N m O r1 o25 a V) CI H LL 1 (L 4— X C 3 O a E wo O a 0 U 4) 0 a a Q 0) 0 c z U. a a) a) Z a) L LU J L 0 0 tn LU Z LLJ a X LLI L 0 LU Z LLI uJ $ 119,156.00 Staff Costs - Construction Staff Costs - Inspection Public Outreach (Sally) Project contingencies To pay contractor Soil Lab - TPW Staff Costs Soil Lab - Consultant Combo Code 0 0 o CM CO m N $ 2,000.00 Co 0 cz' N l.0 m N $ 11,624,937.00 $ 23,831.00 0 0 Di m Cr n 103292 001480 9999 m m cn cn cn m m m m cn m m m m m m m cn m m m m m m CO ri 0 o 001480 001480 001480 CO rC-1 0 O CO Cr 0 0 RETAIN 103292 103292 103292 N CT) N m 0 ri 103292 N m N m 0 ri 103292 ri O ri 0 ri r--1 in r♦ O ri 0 ri c--1 Ln N O ri 0 Ill L() in 5740010 5740010 O Lf) m 0 r♦ m in 5330500 2060000 0600430 0600430 0600430 0600430 0600430 0600430 0600430 3&4 56022 56022 56022 56022 56022 56022 56022 56022 CZ m 3&4 3&4 r1 06 m 06 m 1 2 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IV TRANSMISSION MAIN -ALEDO RD TO WSIV EST City Project No. 103292-3 Addendum No. 1. Issue Date: March 31, 2023 Bid Receipt Date: April 20, 2023 "Phis 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 bid workbook excel file with editable cells is available in the Addenda folder. 3. The pre -bid agenda and sign -in sheet were uploaded to the Addenda folder on Bim360. 4. A .kmz file of the transmission main alignment has been uploaded for informational purposes only. SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form Unit Price • Bid list item quantities are revised as follows: o IA, IB, IC: Water Pipe-9,335 LF o 2A, 2B, 2C: Water Pipe (Restrained) — 3,149 LF o 13: Trench Water Stops — 5 EA CONSTRUCTION PLANS 1. N/A BIDDER QUESTIONS I. When will the excel spreadsheet of the bid form be uploaded? • The bid workbook with editable cells is now available in the Addenda folder of the Project BIM 360 site. 2. There is a bid item for connection to the existing 36" but there is not one for the connection to the existing 24". Can one be added? • The 24" line connecting to the proposed EST site will not require a shutdown. Therefore, per Specification 33 12 25 Section 1.2.A.1., connections to an existing unpressurized Fort Worth Water Distribution System Main that do not require the City to take part of the water system out ofservice are considered subsidiary to the water pipe being installed. 3. You have a bid quantity of 2 EA for the trench water stops, but there are 5 shown on the plans. Can you clarify which quantity is correct? • The quantity of 5 is correct and the bid workbook has been updated accordingly in the Addenda folder. ADDENDUM NO. 1 ADDENDUM NO. 1 4. You have a bid quantity of 3,025 LF for the 36" restrained waterline, but when you add up all of the stationing on the plans minus the carrier pipe it is 3,149 LF. Can you clarify which quantity is correct? Also you will need to adjust the quantity of regular 36" waterline. • The quantity has been updated as indicated.. The bid workbook has been updated for both the restrained quantity and non -restrained quantity in the Addenda folder. 5. What is the Engineer's Estimate for this project? • $12M-$13.5M 6. What are the site access points for the project? • Refer to Sheet 8 in the Construction Drawings. Access for the Walsh Ranch portion of the alignment is a gate on the Southeast corner of the Walsh property. Access for the PMB portion of the alignment is a gate at the intersection ofAledo Rd and 4'r' St. 7. When will the Award be? • We are anticipating before the end of June. 8. Are the easements on the northern border of the PMB property available to use for access? • The access easement as shown on Sheet 8 occurs over an existing gas well road and is adequate for construction of the project. Per Sheet Note 3 on page 8 of the Construction Drawings, additional laydown/access through the PMB/Veale Ranch property and access across City of Weatherford and/or the gas easements shall be coordinated separately, if desired, by the contractor: All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Chris Igo, P.E. (No. 120045) Engineer of Record 03/31/2022 azeP'(0�00 000 oi P ,a 0 / \ CHRISTOPHER P. IGO d 0°°°°°°°°°°°°°°°°°°°°°°°°°� ��0 o°C� 200450°0 �L� 6re?<"S ° CENSo° �et. dSSLONAL 4s Approved By: 4Tc Date: 03/31/2022 Fat ida Goderya, P.E., Senior Project Manager Water Department RECEIPT ACKNOWLEDGED: By: Company: McKee Utility Contractors, LLC ADDENDUM NO. 1 ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST City Project No. 103292-3 Addendum No. 2. Issue Date: April 6, 2023 Bid Receipt Date: April 20, 2023 This addendum fortes 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. SPECIFICATIONS 1. Specification 00 00 00 — Table of Contents • In Volume 1 of the Contract Documents, Remove Section 33 12 40 — Fire Hydrants. 2. Specification 33 11 10 — Ductile Iron Pipe • Part 2.2.B.4. The table is revised as follows: o The minimum working pressure for pipe diameters 30" through 64" shall be 250 Psi, 3. Appendix GC-4.01 — Availability of Lands • Replace the following unexecuted documents with the attached executed and recorded documents: o Permanent Water and Reclaimed Water Line Easement for the TRT Land Investors property o Permanent Access Easement for the TRT Land Investors property o Temporary Construction Easement for the TRT Land Investors property o EST Boundary Survey for the TRT Land Investors property CONSTRUCTION PLANS 1. N/A BIDDER QUESTIONS 1. It looks like we are missing the following section from Vol 2 Specs for this project: 33 12 40 • Specification 33 12 40 — Fire Hydrants is not applicable to this project. Reprove the line item from; the Table of Contents in Volume 1 of the Contract Documents. Volume 2 shall remain unchanged. 2. We've run the thickness calculations for this project based on the requirements in the specs, and we are coming up with a minimum wall thickness of PC250 (vs PC150) for the pipe at depths up to 12ft of cover. We would recommend an addendum calling for minimum of PC250. • Specification 33 11 10 — Ductile Iron Pipe Section has been modified to require minimum pressure class 250 for pipe diameters 30" through 64" instead of class 150. ADDENDUM NO. 2 ADDENDUM NO. 2 All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Chris Igo, P.E. (No. 1 20045) Engineer of Record 04/06/2023 azontP oo.9r00° 70,4p4i, Far * 0 aP00 oH/c O °*0d�* S0C0RSOP0ERPa00G00O00� ���0 Ce 20045O0o 4A•5t 7 ��00000c G #t.SS ONAL.,�_' TAM Approved By: `4 Date: 04/06/2023 Fat ida Goderya, P.E., Senior Project Manager Water Department RECEIPT ACKNOWLEDGED: By: Company: McKee Utility Contractors, LLC ADDENDUM NO. 2 ADDENDUM NO. 3-Revised CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IV TRANSMISSION MAIN —ALEDO RD TO WSIV EST City Project No. 103292-3 Addendum No. 3(Revised). Issue Date: April 17, 2023 Bid Receipt Date: April 20, 2023 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. CONSTRUCTION PLANS 1. Note revision on Sheet 15, STA: 34+39 to include: STA 34+39 INSTALL: (1) 36"x36" TEE (FLG OUTLET) W/ ISOLATION FLANGE ASSEMBLY (W/ BLIND FLANGE ON OUTLET FOR FUTURE CONNECTION) RE: D146/31 BIDDER QUESTIONS 1. Is a blind flange required on the tee @ 34+39? o Blind flange is needed on tee just for future stub out connection. • Note revision on Sheet 15, STA: 34+39 to include: STA 34+39 INSTALL: (1) 36"x36" TEE (FLG OUTLET) W/ ISOLATION FLANGE ASSEMBLY (W/ BLIND FLANGE ON OUTLET FOR FUTURE CONNECTION) RE: D146/31 2. BWP Spec 33 11 13 2.2 C. 2. c. 1) c) Friction Factor = 0.25. That value is equivalent to the Friction Factor for smooth finish polyurethane coated steel pipe. Request the above BWP Friction Factor value be changed from 0.25 to 0.50 for rough mortar coated BWP. o 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 other City projects. The coefficient of friction will remain as specified. 3. The access to the north side of the job which has been shown on the plan requires crossing multiple fences which looks like it would go through multiple landowners as well. Can you please explain how the access to the north side will be provided and if the access will be provided from the City prior to the start of the job or not? Does the contractor need to handle that with the landowners? Does the contractor have to remove and replace those fences? o As mentioned in the Pre -Bid meeting. This access has already been constructed by a separated contractor. There is only one landowner — Walsh on the north side of the project. For access, you will need to coordinate with multiple contractors (2-3) and the ADDENDUM NO. 3-Revised ADDENDUM NO. 3-Revised Walsh representative. This access was constructed for the sole purpose of construction access for these projects 4. In addition, the access from the third gate from the north side of the project on Aledo Road which goes all the way down to the south side of the project where it would be the future elevated tank is gated now and it's not accessible. The same above -mentioned issue is also happening here where the contractor has to pass through different fences to get to the south side of the project. Can you please explain and verify this? o This access is locked currently as several gas operators used the property for maintenance of their facilities. Once a contract is awarded, we will coordinate with the landowner (PMB/Veale Ranch) for you to add a padlock into the current daisy chain Locks. 5. Does the contractor need to deal with any landowner besides Walsh Property as it is shown on the specification and drawing? o As explained in the Pre -Bid, this project deals with 2 landowners. Walsh for the small area on the north of Aledo Road for the tunnel, and PMB/Veale Ranch for the property south of Aledo road. Access will be coordinated as explained above in the previous question 6. Can you please verify the access to the project on the plan from the north and south side of the project? o See above explanations — 2 property owners and access at 2 locations as shown on the plans and described in detail at the Pre -Bid meeting. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Chris Igo, P.E. (No. 120045) Engineer of Record 04/17/2023 oP0000000 0�000 00*0*/ 0CHRST00O0PER G0000 d0�d 13 a 120045 0 , Pe °,°�iCENS?00 j'" etas O0000000;r�.�. QNAL. ; `�, Approved By: Date: 04/17/2023 Fai ida Goderya, P.E., Senior Project Manager Water Department RECEIPT ACKNOWLEDGED: By: Company: McKee Utility Contractors, LLC ADDENDUM NO. 3-Revised 00 11 13 INVITATION TO BIDDERS SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 3 RECEIPT OF BIDS Sealed bids for the construction of WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST (CPN 103292-3) ("Project") will be received by the City of Foit Worth Purchasing Office until 1:30 P.M. CST, Thuisday, Api i120, 2023 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (M/WBE) forms for the project to the Purchasing Office, bidders shall e-mail the completed Business Equity forms to the City Project Manager no later than 2:00 PM on the second City Business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • "12,890 LF 36" Water Line by Open Cut • —446 LF 60/54" Steel Casing Pipe or Tunnel Liner Plate with 36" Carrier Pipe by other f than Open Cut • —'90 LF 24" Water Line by Open Cut 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. See Links below: • Addenda: https://docs.b360.autodesk.com/shares/7c82294e-bc 1 c-48d0-a529- 40f4b 102594a • Bid Plans and Specs: https://docs.b360.autodesk.corn/shares/483d21db-549c-4bb5-b394- 78d1cda6ae90 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD 'I'O WSIV EST STANDARD CONSTRUC"I'ION SPECIFICATION DOCUMENT Revised 7/19/2021 CITY PROJECT NO. I03292-3 PROJECT DATE: MARCH 2023 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: Chris Igo, P.E. Phone Number: 817-335-6511 Email Address: Chris.Igo@kimley-horn.com The cost of Bidding and Contract Documents is. Set of Bidding and Contract Documents with hill size drawings: $100.00 Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 EXPRESSION OF INTERSEST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. See attached link: Plan Holders https://docs.b360.autodesk.com/shares/2904cb38-65bf-4e49-9055-cccfdc70f619 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 — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: March 29, 2023 TIME: 9:00 AM, CST LINK: https://fortworthtexas.webex.com/fortworthtexas/j.php?MTI D=m6280724030dc3cb6c1 d576d 2a43dab85 Additional invitations with any changes to the link to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a piebid 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 Biddeis 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/19/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 0011 13 INVITATION TO BIDDERS Page3 of3 AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Godeiya, Ph. D., P.E. City of Fort Worth Email: farida.godeiya(cbfortworthtexas.gov Phone: 817-392-8214 AND/OR Attn: Chris Igo, P.E., Kimley-Horn Email: chris.igo@kimley-horn.com Phone: 817-335-6511 ADVERTISEMENT DATES March 16, 2023 March 23, 2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/19/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 21 13 INSTRUCTIONS TO BIDDERS SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 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. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://apps.foitworthtexas.gov/ProjectResources/ CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving — Requirements document located at: https : //apps. fortworthtexas. gov/Pro jectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Conti actor%20Pi equal ification%20Program/PREQUALIFICATION%2OREQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://apps.fortworthtexas.gov/Proj ectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequal i fication%20Program/STREET% 20LIGHT%20PREQUAL%2OREQMNTS. pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/Resout cesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 OSanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH S'I'ANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD 'I'O WSIV ES"I' CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 002I 13 INSTRUCTIONS TO BIDDERS Page of t0 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 strictures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents, 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCU 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Farida Goderya, Ph. D., P.E., Water Department Email: farida.goderya®fortworthtexas.gov Phone: 817-392-8214 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https://docs.b360.autodesk.com/shares/7c82294e-bcic-48d0-a529-40f4b102594a CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 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 contiacts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibraiy.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 103292-3 PROJECT DA'I'E: MARCH 2023 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 name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page ofl0 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 suns 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 21 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 Biddei may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract o1 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/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf J 1 CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: McKee Utility Contractors, LLC 2319 W. Main Street Prague, OK 74864 By: Tyler McKee Signature: c J— e •% `001111 111,,,,, CON .�`\>•'OFtPOlq,4' F e Co .G T . ,p W AL :.,�- w1 :• "in ll111111tfl»s Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 02/24/2020 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 1 of 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST City Project No.: 103292-3 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Paget of 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 36-inches and smaller b. Tunneling - 36-Inches — 60 —inches, and greater than 350 LF 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 325 clays 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 This Bid is submitted on April 20th, 2023 by the entity named below. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx Respectfully submitted, By: (Signature) Tyler McKee (Printed Name) Title: President Company: McKee Utility Contrators, LLC Address: 2319 W. Main Street Prague, OK 74864 State of Incorporation: Oklahoma Email: tyler@mckeeutility.com Phone: 405-567-3666 END OF SECTION 00 41 00 BID FORM Page 3 of 3 Receipt following is acknowledged Addenda: of the Initial Addendum No. 1: 3% 0I '/�- Addendum No. 2: ((Viot-C3 `�` Addendum No. 3: /07/77 r Addendum No. 4: Corporate Seal: rJw; SE ;Ae‘s '0 - :. %v`� ;": .o4111, SOS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx SECTION 00 42 43 UNIT PRICE BID Page I of I Bidder's Application Project Item Information Bidder's Proposal Blau oItem Description Specification Section No. Unit of Measure id Quantity Unit Price Bid Value IA` 3311.0851 38" DIP Water 33 11 10 LF 9,335 1B` 3311.0861 36" Steel AWWA C200 Water Pipe 33 11 14 LF 9,335 lC' 3311.0871 35" Concrete AWWA C303 Water Pipe 331113 LF 9335 $595.00 $5,554,325.00 2A2 3311.085436" DIP Water (Restrained Joints) 331110 LF 3149 28* 3311.0864 38" Steel AWWA C200 Water Pipe (Restrained Joints) 33 11 14 LF 3149 2C` 3311.087436" Concrete AWWA C303 Water Pipe (Restrained Joints) 33 11 13 LF 3,149 $605.00 $1,905145.00 3A^ 33 11 10 LF 90 3311.065424" DIP Water (Restrained Joints) 3B` 3311.0674 24" Steel AWWA C200 Water Pipe (Restrained Joints) 33 11 14 LF 90 3C` 3311.0684 24` Concrete AWWA C303 Water Pipe (Restrained Joints) 33 11 13 LF 90 $350.00 $31 500.00 4A" 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 13 4E1` 3311.0011 Sleet Fittings 33 11 14 LS 1 4C` 3311.0021 C303 Fillings 3311 13 LS 1 $150,000.00 $150,000.00 * Contractor to provide Unit Price / Bid Value for only one f the pipe material nit rnnlives fo Items 1 - 4 DO NOT PROVIDE UNIT PRICE / DID VALUE FOR EACII ALTERNATIVE 5 3305.200936" Water Cartier Pipe 33 05 24 LF 438 $650.00 3283400.00 6 3305.1204 54" Casing/funnel Liner Plate By Other Than Open Cut 33 05 21, 33 05 22 LF 75 $3 000.00 $225,000.00 7 3305.1107 60" Casing By Other Than Open Cut 33 05 22 LF 361 $2,500.00 $902,500.00 8 3312.5000 36" AWWA Butterfly Valve, w/ Vault 33 12 21 EA 8 $1501000.00 $1,200,000.00 9 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 1 85,000.00 $5,000.00 10 9999.0001 8^ Duplicate Air Release Valve w/ Vault and Protective Frame 99 99 99 EA 9 $50,000.00 $450,000.00 11 3312.6003 8" Blow Off Valve 33 12 60 EA 2 $50,000.00 $100,000.00 12 3305.0109 Trench Safety 330510 LF 12138 $1.00 $12,138.00 13 3305.0113 Trench Water Stops 330515 EA 5 $3,500.00 $17,500.00 14 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 8 $5,000.00 $40,000.00 15 3291.0100 Topsoil 32 91 19 CY 11,208 $5.00 $56,040.00 16 9999.0002 Seeding, Mech Drilling (Native) 32 92 13 SY 361 $1.00 $361.00 17 3292.0300 Seeding, Mech Drilling (Non -Native) 32 92 14 SY 67 069 $1.00 $67 069.00 18 3211.0122 6' Flexible Base, Type Al GR-1 32 11 23 SY 207 $7.00 $1,449.00 19 3304.0002 Cathodic Protection 330412 LS 1 $100 000.00 $100,000.00 20 3125.0101 SWPPP 21 acre 31 2500 LS 1 $100,000.00 $100,000.00 21 0171.0101 Construction Staking 01 71 23 LS 1 $25,000.00 $25,000.00 22 0171.0102 As -Built Survey 01 71 23 LS 1 $10,000.00 $10,000.00 23 0135.0101 Railroad Coordination (UPRR) 01 3513 LS 1 $25,000.00 $25,000.00 24 9999.0003 Railroad Flagmen and Construction Observation Allowance (UPRR) 01 35 13 LS 1 $200,000.00 $200000.00 25 3305.0110 Utildy Markers 33 05 26 LS 1 $500.00 $500.00 26 3301.0002 Post -CCTV Inspection 3301 31 LF 13,010 $1.00 $13,010.00 27 9999.0004 Construction Allowance 00 72 00 LS 1 $150,000.00 $150,000.00 Bid Summary Total Base Bid $11,624,937.00 END OF SECTION CITY OF FORT WOR111 Addendum No CITY PROJECT NO. 103292-3 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, McKee Utility Contractors, LLC , known as "Bidder" herein and American Alternative Insurance Corporation a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum lof 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract In accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of April , 2023. PRINCIPAL: McKee Utility Contractors, LLC BY: Signature --/qk Name and Title Address: 2319 W Main St. Prague, OK 74864 SURETY: American Alternative Insurance Corporation BY: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Signature WESTSIDE IV TRANSMISSION MAIN - ALE40 RD TO VVSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook,xlsx itness as a Surety Oana pulescu Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID BOND Page 2 of 2 Stephen A. Vann, Attorney -In -Fact Name and Title Address: P.O. Box 14498 Des Moines, Iowa 50306-3498 Telephone Number: 515-243-8171 *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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation') with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Stephen A. Vann; Sarah C. Belcastro; Oana Dimulescu; and Bradley Mapes its true and lawful Attorneys -in -Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, (hat no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,000). Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as If signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authorityof a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 24t day of September, 2021. %Immnuni b ° oywort4y ` `., sEAL.14: 1923 % .gOfOEIAi�PQ�`��• STATE OF NEW JERSEY, COUNTY OF SOMERSET By: Attest: Michael G. Kerner President Ignacio Rivera 7 Deputy General Counsel & Secretary The foregoing instrument was acknowledged before me by means of online notarization this 24'" day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. JII ); n Sanfillppo o ary Pu ' is Stl le of New Jersey My Commission Expires February 8, 2026 SECRETARY'S CERTIFICATE The undersigned, Ignacio Rivera, hereby certifies: 1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation of the State of Delaware; 2. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998, and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify;and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion ofsuch Secretary or Assistant Secretary,'n tare copy of the foregoing resolution. • `� (` i 4. 'Ihe undersigned has compared the foregoing copies of said original resolutions as so recorded, and they are the smite true ppsi correct copiesofsaid original resolutions as so recorded and of the whole thereof. ,. 1 1 f'I /,f• I i • . Witness the hand of the undersigned and the seal of said Corporation this 2t' d y of ri 1 AMERICAN ALTERNATIVE INSURANCE CORPORATION 011acIoRlacra(Ren:4,z02I U.O5F'pi Ignacio Rivera Deputy General Counsel & Secretary TRS-1001-1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of Oklahoma , our principal place of business, are required to be Sit percent lower than resident bidders by State Law. A copy of the statute is attached. elga''4k3 Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas BIDDER: ■ McKee Utility Contrators, LLC By: Tyler McKee 2319 W. Main Street Prague, OK 74864 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Title: President Date: (Signature) O P tesEIA ,n: Ws SEAL '0) 1l1' le e s 1^ • t� • ' ••!?,• • AHOM, • •% WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Development, smaller Transmission, 36-inches and McKee Utility Contractors, LLC 4/30/2023 60—inches, Tunneling — 446 36-Inches LF or — less to �e CoRst , lstiop �Z 4/30/2023 McKee. LthI -y Gov►4-tr i-ors1 (-Lc The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER McKee Utility Contractors, LLC 2319 W. Main Street Prague, OK 74864 By: Tyler McKee END OF SECTION (Signature) Title: President Date: 4/20/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 00 41 00 Bid Proposal Workbook.xlsx 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 33 34 35 36 37 38 39 40 004526-1 CONTRACTOR COMPLIANCE WITII WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103292-3. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: McKee Utility Contractors, LLC By: Tyler McKee Company (Please Print) 2319 W. Main Street Address Signatures Prague, OK 74864 Title: President City/State/Zip (Please Print) THE STATE OF OKLAHOMA COUNTY OF LINCOLN § BEFORE ME, the undersigned authority, on this day personally appeared Tyler McKee , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of May , 20 23 I . Notary Public and for the State of Oklahoma END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 RA fit Y CARTER NOTARY PUBL.,, - Si ATE OF OKLAHOMA MY COMMiss oN t XPIRES APR. 18, 2026 COMMISSION # 18003921 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 I 005243-I Agreement Page 1 of6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on oral 13 l A3 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and McKee Utility Contractors, LLC 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 IV TRANSMISSION MAIN - ALEDO RD TO WSW EST CITY PROJECT NO. 103292-3 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Eleven Million,Six Hundred Twenty Four Thousand, Dollars Nina Hnndrari Thirty Seven ($ 11,624,937.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 325 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 005243-2 Agreement Page 2 of6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consistof the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SHE 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, in whole or in part, by any act, omission or negligence of the city. This indemnity pn°vision 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 005243-3 Agreement I'age 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part,, by any act, omission or negligence of the city. Article 7. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 VESI'SIDE IV 'TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 005243-4 Agreement Page 4 of6 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: (I) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public fiords of the City, with a company (with 10 or more fill -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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1123/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH2023 005243-5 Agreement liege 5 of 6 7.11 immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). 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 -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 Add • 001111111 H►It ist 7s pun,: SEAL :co - ; 0, fr. Streef.,J!?,ssOyiA H #t) Prague, OK 74864 005243-6 Agreement Page G of G 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: McKee Utility Contractors, LLC City of Fort Worth • By: Signature Tyler McKee (Printed Name) President Title 2319 W. Main less to- • • City/State/Zip /may/023 Date By: Dana air ghdo f' Dsna Burghdoff (Jun 14, 2023 1 .&) COT) Dana Burghdoff Assistant City Manager Jun 14, 2023 Date Attest: tt, nette Goodall, City Secretary (Seal) M&C: a 3 ' o m QI -1 Date: o L l 13 1 a 3 44t�a�� o FORr4110 ,ram . o0000o a y C!� °�li 4 Foim 1295 No.: an%' mating ng 444.44 Contract Compliance Manager: By signing, 1 acknowledge that 1 am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 00 00000 S a ddo- Farida Goderya, P.E. Project Engineer, Water Department Approved as to Form and Legality: OB!ack (Jun 14, 2023 12:13 COTE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Christopher Harder Chrhto?`.er Hnrder(L.n 14, 20230) 07 COT( Chris Harder, Director Water Department WESTSIDE IV TRANSMISSION MAIN - ALE O RD,'J'Q 1},SIV.. E CITY PRJECT:Nb.; II63292 �3� Q R O PROJECT ATE;.3%- -META M4RC ,,20 3 .�-� a tom,1 :' :V '1. WORTH, IX *** Bond Issued in 4 Originals *** 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 8 SECTION 00 61 13 PERFORMANCE BOND § § That we, McKee Utility Contractors, LLC 006113-t PERFORMANCE BOND Page 1 of 2 Bond No. S7A2SU0001971 KNOW ALL BY THESE PRESENTS: 9 "Principal" herein and American Alternative Insurance Corporation 10 11 12 13 14 15 16 t7 18 _ 19 awarded the is _ day of 17 C. , 20 23, 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 IV TRANSMISSION MAIN - 23 ALEDO RD TO WSIV EST, City Project No. 103292-3. , known as , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 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 Eleven Million Six Hundred Twenty -Four Thousand Nine Hundred Thirty -Seven and 00/100 sum of, Dollars $11,624,937.00 ), 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 entered into a certain written contract with the City 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 24th day of 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 May , 20 23 . 0% C ON p sit •incipal) : - ere r uei fitness as Oana Dirk urety escu T. "Ps jt ',PRINCIPAL: Jle `\O =McKee Utility Contractors, LLC 7d " " SEAL ,0 ..% • S. . i ATV: OD OM $111111u11110tt -O g Si Haire Tyler McKee - President Name and Title Address: 2319 W. Main Street Prague, OK 74864 405-567-3666 SURETY: American Alternative Insurance Corporation BY: Igt1a ure Stephen A. Vann, Attorney -In -Fact Name and Title Address: 555 College Road East Princeton. New Jersey 08543 Telephone Number: 609-243-4200 *Note: If signed by an officer of the Surety Company, there must be on file a cei tilled 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ('Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Stephen A. Vann; Sarah C. Belcastro; Oana Dimutescu; and Bradley Mapes its true and lawful Attorneys -in -Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars (S100,000(000). Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 24th day of September, 2021. t6 SEAL ill et 1923 , •k, SteFD'" EIp�yP�```�; numnnuu`• By: Attest: , Michael G. Kerner President ret • ".,::::n rs Ignacio Rivera Deputy General Counsel & Secretary STATE OF NEW JERSEY, COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 24th day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. Jil n Sanfilippo o ary Pu'lic St: to of New J =rsey My Commission Expires February 8, 2026 SECRETARY'S CERTIFICATE The undersigned, Ignacio Rivera, hereby certifies: 1. That the undersigned is Secretary of American Alternative insurance Corporation, a corporation of the State of Delaware; 2. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998, and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a trite copy of the foregoing resolution. 4. The undersigned has compared the foregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof. Witness the hand of the undersigned and the seal of said Corporation this let day of ,201.2), AMERICAN ALTER TINT, INSURANCE CORPORATION Iraeio n.an ( et',4.sn?i 1(645 an__ s�+w Ignacio Rivera Deputy General Counsel & Secretary TRS-1001-1 Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: essuretyuwsupport@munichre.com Bond Claims or Notices Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: Mail to: essuretyuwsupport@munichre.com or Munich Re Specialty Insurance 437 Madison Avenue 26th Floor New York, NY 10022 Attn: Surety Bond Claims 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 8 9 10 11 12 13 14 15 16 17 *** Bond Issued in 4 Originals *** SECTION 00 6114 PAYMENT BOND 006114-1 PAYMENT BOND Page 1 of 2 Bond No. S7A2S00001971 KNOW ALL BY THESE PRESENTS: That we, McKee Utility Contractors, LLC , lmown as "Principal" herein, and American Alternative Insurance Corporation corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and fumly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Eleven Million Six HundredTwenly-Four Thousand Nine HundredThirlySevenand00J100 Dollars ($ $11,624 937 00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sutra well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: ,a 1 g WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 13 day of —Sit f P_ , 20 23 , 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 1V TRANSMISSION MAIN - ALEDO RD TO 23 WSIV EST, City Project No. 103292-3. 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 Govertunent 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 61 14 - 2 PAYMENT BOND Page 2 of 2 1 2 this instrument by duly authorized agents and officers on this the 24th day of 3 May , 20 23 . 4 5 6 7 8 9 10 I1 12 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED ATTEST: 00"n��i�►►i,,,,,, PRINCIPAL: .0,4, GON Tb'04,��McKee Utility Contractors, LLC / '' GC E'D�,gToElj`•' w SEAL: 1 E Signature , I i .'^ � P .'��♦ Tyler McKee - President CXmL LA Witness as to'Principa ATTEST: (Surety) Secretary Solve Witness .: urety Oana • ►• Iescu Name and Title Address: 2319 W. Main Street Prague, OK 74864 405-567-3666 SURETY: American Alternative Insurance Corporation Stephen A. Vann, Attorney -In -Fact Name and Title Address: 555 College Road East J Princeton, New Jersey 08543 Telephone Number: 609-243-4200 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CLTV PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Stephen A. Vann; Sarah C. Belcastro; Oana Dimulescu; and Bradley Mapes its true and lawful Attorneys -in -Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,0001. Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 24th day of September, 2021. By: Attest: • /./../„(off-- Michael G. Kerner President NI -i;P:d ?4I II MN: Ignacio Rivera Deputy General Counsel & Secretary STATE OF NEW JERSEY, COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 24th day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. wit :'c POI ;.;itt:gliew SECRETARY'S CERTIFICATE JIIIj: n Sanfilippo o ary Pu 'lie St ; to of New J rsey My Commission Expires February 8, 2026 The undersigned, Ignacio Rivera, hereby certifies: 1. That the undersigned is Secretary of American Alternative insurance Corporation, a corporation of the State of Delaware; 2. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998, and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby arc, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -fact to execute and deliver, m this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a true copy of the foregoing resolution. 4. The undersigned has compared the foregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof. 'j Witness the hand of the undersigned and the seal of said Corporation this v� .qunminn •GOKPOR4t os o. . SEAL . •o; J 1923 20. AMERICAN ALT NATIVE INSURANCE CORPORATION IPAA ioi'<. i t et' 't,sNi l(•Oi fi • Ignacio Rivera Deputy General Counsel & Secretary TRS-1001-1 Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: essuretyuwsupport@munichre.com Bond Claims or Notices Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: Mail to: essuretyuwsupport@munichre.com or Munich Re Specialty Insurance 437 Madison Avenue, 26th Floor New York, NY 10022 Attn: Surety Bond Claims 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 *** Bond Issued in 4 Originals *** SECTION 00 61 19 MAINTENANCE BOND 006119-I MAINTENANCE BOND Page I of 3 Bond No. S7A2S00001971 KNOW ALL BY THESE PRESENTS: 8 That we McKee Utility Contractors, LLC 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 , known as "Principal" herein and American Alternative Insurance Corporation , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Eleven Million Six Hundred Twenty -Four Thousand Nine Hundred Thirty -Seven and 00/100 in the sum of Dollars ($ $11,624,937.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 13 day of 31-3 Yt'e refer ed to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Worl , including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST, City Project No. 103292-3; and , 20 23 , which Contract is hereby WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 24th day of 3 4 5 6 7 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 May , 20 23 . -) L Lk ZLIan Witness as to Principal ATTEST: Secreta fitness as to ety Oana Di • escu *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. 0.0`` 01\1TR ''�i RINCIPAL: ,� sass G,.� t.s.• 1 ee Utility Contractors, LLC litC ` , V N \ s; Sr- : Signature y\ 'O rr V. ��` r�'',`��%li'•°K-AN/'' ‘34VIer McKee - President ,'''',Ii,iiiiiiii,,,ftts Name and Title SW-0 Address: 2319 W. Main Street Prague, OK 74864 405-567-3666 SURETY: American Alternative Insurance Corporation BY• nature Stephen A. Vann, Attorney -In -Fact Name and Title Address: 555 College Road East Princeton, New Jersey 08543 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Telephone Number: 609-243-4200 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Stephen A. Vann; Sarah C. Belcastro; Oana Dimulescu; and Bradley Mapes its true and lawful Attorneys -in -Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,000). Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 24th day of September, 2021. ``aauuunrrnrr z. •GORPORATF 4 =c�. o_ 55:SEAL W 1923 . auniinmo By: Attest: �r�.l i/r'`�� Michael G. Kerner President 1- 1-' "o:a ::Ais )+UI! Ignacio Rivera Deputy General Counsel & Secretary STATE OF NEW JERSEY, COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 24th day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. U JII J: n Sanfilippo o ary Pu 'lic St: to of New J - rsey My Commission Expires February 8, 2026 SECRETARY'S CERTIFICATE The undersigned, Ignacio Rivera, hereby certifies: 1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation of the State of Delaware; 2. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998, and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a tnie copy of the foregoing resolution. 4. The undersigned has compared the foregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof. Witness the hand of the undersigned and the seal of said Corporation this 1 y of AMERICAN ALTER' ,201!). IVE fNSURANCE CORPORATION IrnAttlpa,.,►a (Sep :4.Ica Oa r�N Ignacio Rivera Deputy General Counsel & Secretary TRS-1001-1 Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: essuretyuwsupport@munichre.com Bond Claims or Notices Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: Mail to: essuretyuwsupport@munichre.com or Munich Re Specialty Insurance 437 Madison Avenue 26th Floor New York, NY 10022 Attn: Surety Bond Claims CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Complete Nos. Nos. 1- 4 1, 2, 3, and 5, 6 if there and 6 if are there interested are no interested parties. parties. CERTIFICATION OFFICE USE OF ONLY FILING 1 Name of McKee Prague, business. of business Utility OK United Contractors, entity States filing LLC form, and the city, state and country of the business entity's place Certificate 2023-1024224 Date Filed: Number: 2 Name being City of of filed. Fort governmental Worth, Texas entity or state agency that is a party to the contract for which the form is 05/22/2023 Date Acknowledged: 3 Provide description City Westside Project the IV identification of No. the Transmission services, 103292-3 number goods, Main used or - Aledo other by the Rd property governmental to WSIV to be EST provided entity or state under agency the contract. to track or identify the contract, and provide a 4 Name of Interested Party City, State, Country (place of business) Nature (check of applicable) interest Controlling I Intermediary McKee, Tyler Prague, OK United States X McKee, Shane Prague, OK United States X 5 Check if there is NO Interested Party. only ❑ 6 UNSWORN My name is DECLARATION Tyler McKee , and my date of birth is 11 /30/1980 . My address is 1911 Tyler Terrace Prague , OK 74864 USA I declare Executed under in Lincoln penalty of perjury that (street) the foregoing is true and correct. County, State of Oklahoma (city) , on the (state) 22n day (zip of code) May (country) , 20 23 . (month) (year) Signature of authorized (Declarant) agent of contracting business entity Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.a18ea2ca Attachment Code: D621009 Certificate ID: 19608424 COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this policy. The words we "us" and "our" refer to the stock insurance company member of The Hartford providing this insurance. The word "insured" means any person or organization qualifying as such under Section II -Who Is An Insured. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V -Definitions. SECTIONI-COVERAGES COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suit" that may result. But: 1. The amount we will pay for damages is limited as described in Section Ill - Limits Of Insurance; and 2. Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments - Coverages A and B. b. This insurance applies to "bodily injury" and "property damage" only if: The "bodily injury" or "property damage" is caused by an "occurrence" that takes place in the "coverage territory"; 2. The "bodily injury" or "property damage" occurs during the policy period; and 3. Prior to the policy period, no insured listed under Paragraph 1. of Section II - Who Is An Insured and no "employee" authorized by you to give or receive notice of an "occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred, in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the "bodily injury' or "property damage" occurred, then any continuation, change or resumption of such "bodily injury" or "property damage" during or after the policy period will be deemed to have been known prior to the policy period. c. "Bodily injury" or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of Section II - Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim: 1. Reports all, or any part, of the "bodily injury" or "property damage" to us or any other insurer; 2. Receives a written or verbal demand or claim for damages because of the "bodily injury" or "property damage"; or 3. Becomes aware by any other means that "bodily injury" or "property damage" has occurred or has begun to occur. . Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services or death resulting at any time from the "bodily injury". . Incidental Medical Malpractice And Good Samaritan Coverage "Bodily injury" arising out of the rendering of or failure to render the following health care services by any "employee" or "volunteer worker" shall be deemed to be caused by an "occurrence" for: d e Attachment Code: D621009 Certificate ID: 19608424 (1) Professional health care services such as: (a) Medical, surgical, dental, laboratory, x-ray or nursing services or treatment, advice or instruction, or the related furnishing of food or beverages; (b) Any health or therapeutic service, treatment, advice or instruction; or (c) The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances; or (2) First aid services, which include: (a) Cardiopulmonary resuscitation, whether performed manually or with a defibrillator; or (b) Services performed as a Good Samaritan. For the purpose of determining the limits of insurance, any act or omission together with all related acts or omissions in the furnishing of these services to any one person will be considered one "occurrence". However, this Incidental Medical Malpractice And Good Samaritan Coverage provision applies only if you are not engaged in the business or occupation of providing any of the services described in this provision. 2. Exclusions This insurance does not apply to: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. b. Contractual Liability "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury" or "property damage", provided: (a)Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (a) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. c. Liquor Liability "Bodily injury" or "property damage" for which any insured may be held liable by reason of: (1)Causing or contributing to the intoxication of any person; (2)The furnishing of alcoholic beverages to a person under the legal drinking age or under the influence of alcohol; or (3) Any statute, ordinance or regulation relating to the sale, gift, distribution or use of alcoholic beverages. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in: (a) The supervision, hiring, employment, training or monitoring of others by that insured; or (b) Providing or failing to provide transportation with respect to any person that may be under the influence of alcohol; if the "occurrence" which caused the "bodily injury" or "property damage", involved that which is described in Paragraph (1), (2) or (3) above. However, this exclusion applies only if you are in the business of manufacturing, distributing, selling, serving or furnishing alcoholic beverages. For the purposes of this exclusion, permitting a person to bring alcoholic beverages on your premises, for consumption on your premises, whether or not a fee is charged or a license is required for such activity, is not by itself considered the business of selling, serving or furnishing alcoholic beverages. d. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. e. Employers Liability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: Attachment Code: D621009 Certificate ID: 19608424 Employment by the insured; or (c) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to liability assumed by the insured under an "insured contract". f. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured. However, this subparagraph does not apply to: "Bodily injury" if sustained within a building and caused by smoke, fumes, vapor or soot produced by or originating from equipment that is used to heat, cool or dehumidify the building, or equipment that is used to heat water for personal use, by the building's occupants or their guests; (ii) "Bodily injury" or "property damage" for which you may be held liable, if you are a contractor and the owner or lessee of such premises, site or location has been added to your policy as an additional insured with respect to your ongoing operations performed for that additional insured at that premises, site or location and such premises, site or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that additional insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (i) (c) Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for: (i) Any insured; or (ii) Any person or organization for whom you may be legally responsible; (d) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. However, this subparagraph does not apply to: (i) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipment" or its parts, if such fuels, lubricants or other operating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not apply if the "bodily injury" or "property damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location with the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; (ii) "Bodily injury" or "property damage" sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being performed by you or on your behalf by a contractor or subcontractor; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire; or (e) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the Attachment Cade: D621009 Certificate ID: 19608424 operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in • any way respond to, or assess the effects of, "pollutants". (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". However, this paragraph does not apply to liability for damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; g (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment"; or (6) An aircraft that is not owned by any insured and is hired, chartered or loaned with a paid crew. However, this exception does not apply if the insured has any other insurance for such "bodily injury" or "property damage", whether the other insurance is primary, excess, contingent or on any other basis. h. Mobile Equipment "Bodily injury' or "property damage" arising out of: (1) The transportation of "mobile equipment" by an "auto" owned or operated by or rented or loaned to any insured; or (2) The use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolition, or stunting activity. i. War "Bodily injury or "property damage", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. Damage To Property "Property damage" to: (1) Property you own, rent, or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, Attachment Code: D621009 Ccrtilicate ID: 19608424 enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising from the use of elevators. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to borrowed equipment while not being used to perform operations at the job site. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". k. Damage To Your Product "Property damage" to "your product" arising out of it or any part of it. I. Damage To Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations hazard". This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. m. Damage To Impaired Property Or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work" after it has been put to its intended use. n. Recall Of Products, Work Or Impaired Property Damages claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product"; (2) "Your work"; or (3) "Impaired property'; if such product, work, or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. o. Personal And Advertising Injury "Bodily injury" arising out of "personal and advertising injury". Access or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) Any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) The loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of that which is described in Paragraph (1) or (2) above. p. Attachment Code: D621009 Certificate ID: 19608424 However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of "bodily injury". As used in this exclusion, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. q. Employment -Related Practices "Bodily injury' to: (1) A person arising out of any "employment -related practices"; or (2) The spouse, child, parent, brother or sister of that person as a consequence of "bodily injury" to that person at whom any "employment -related practices" are directed. This exclusion applies: (1) Whether the injury -causing event described in the definition of "employment - related practices' occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liable as an employer or in any other capacity; and (3) To any obligation to share damages with or repay someone else who must pay damages because of the injury. r. Asbestos (1) "Bodily injury" or "property damage" arising out of the "asbestos hazard". (2) Any damages, judgments, settlements, loss, costs or expenses that: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard'; (b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, encapsulate, contain, treat, detoxify or neutralize or in any way respond to or assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or suit for damages because of testing for, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of an "asbestos hazard". s. Recording And Distribution Of Material Or Information In Violation Of Law "Bodily injury" or "property damage" arising directly or indirectly out of any action or omission that violates or is alleged to violate: (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or addition to such law; (2) The CAN-SPAM Act of 2003, including any amendment of or addition to such law; (3) The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any federal, state or local statute, ordinance or regulation, other than the TCPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or information. Damage To Premises Rented To You Exception For Damage By Fire, Lightning Or Explosion Exclusions c. through h. and j. through n. do not apply to damage by fire, lightning or explosion to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "personal and advertising injury" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "personal and advertising injury" to which this insurance does not apply. We may, at our discretion, investigate any offense and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in Section 111 - Limits Of Insurance; and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgments or Attachment Code: D621009 Certificate ID: 19608424 settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments - Coverages A and B. b. This insurance applies to "personal and advertising injury' caused by an offense arising out of your business but only if the offense was committed in the "coverage territory' during the policy period. 2. Exclusions This insurance does not apply to: a. Knowing Violation Of Rights Of Another "Personal and advertising injury" arising out of an offense committed by, at the direction or with the consent or acquiescence of the insured with the expectation of inflicting "personal and advertising injury". b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material, if clone by or at the direction of the insured with knowledge of its falsity. c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material whose first publication took place before the beginning of the policy period. d. Criminal Acts "Personal and advertising injury" arising out of a criminal act committed by or at the direction of the insured. e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. f. Breach Of Contract "Personal and advertising injury" arising out of a breach of contract, except an implied contract to use another's "advertising idea' in your "advertisement". g. Quality Or Performance Of Goods - Failure To Conform To Statements "Personal and advertising injury" arising out of the failure of goods, products or services to conform with any statement of quality or performance made in your "advertisement". h. Wrong Description Of Prices "Personal and advertising injury" arising out of the wrong description of the price of goods, products or services. i. Infringement Of Intellectual Property Rights (1) "Personal and advertising injury" arising out of any actual or alleged infringement or violation of any intellectual property rights such as copyright, patent, trademark, trade name, trade secret, trade dress, service mark or other designation of origin or authenticity; or (2) Any injury or damage alleged in any clam or "suit" that also alleges an infringement or violation of any intellectual property right, whether such allegation of infringement or violation is made by you or by any other party involved in the claim or "suit", regardless of whether this insurance would otherwise apply. However, this exclusion does not apply if the only allegation in the claim or "suit" involving any intellectual property right is limited to: (1) Infringement, in your "advertisement", of: (a) Copyright; (b) Slogan; or (c) Title of any literary or artistic work; or (2) Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement". j. Insureds In Media And Internet Type Businesses "Personal and advertising injury" committed by an insured whose business is: (1) Advertising, broadcasting, publishing or telecasting; (2) Designing or determining content of web sites for others; or (3) An Internet search, access, content or service provider. However, this exclusion does not apply to Paragraphs a., b. and c. of the definition of "personal and advertising injury" under the Definitions Section. For the purposes of this exclusion, the placing of frames, borders or links, or advertising, for you or others anywhere on the Internet, is not by itself, considered the business of advertising, broadcasting, publishing or telecasting. k. Electronic Chatrooms Or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the Attachment Code: D621009 Certificate ID: 19608424 insured hosts, owns, or over which the insured exercises control. I. Unauthorized Use Of Another's Name Or Product "Personal and advertising injury" arising out of the unauthorized use of another's name or product in your e-mail address, domain name or metatags, or any other similar tactics to mislead another's potential customers. m. Pollution "Personal and advertising injury" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any time. n. Pollution -Related Any loss, cost or expense arising out of any: (1) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants" or (2) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, pollutants". o. War "Personal and advertising injury", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. P. Internet Advertisements And Content Of Others "Personal and advertising injury" arising out of: (1) An "advertisement" for others on your web site; (2) Placing a link to a web site of others on your web site; (3) Content, including information, sounds, text, graphics, or images from a web site of others displayed within a frame or border on your web site; or (1) Computer code, software or programming used to enable: (a) Your web site; or (b) The presentation or functionality of an "advertisement" or other content on your web site. Right Of Privacy Created By Statute "Personal and advertising injury" arising out of the violation of a person's right of privacy created by any state or federal act. However, this exclusion does not apply to liability for damages that the insured would have in the absence of such state or federal act. r. Violation Of Anti -Trust law "Personal and advertising injury" arising out of a violation of any anti-trust law. s. Securities "Personal and advertising injury" arising out of the fluctuation in price or value of any stocks, bonds or other securities. t. Recording And Distribution Of Material Or Information In Violation Of Law "Personal and advertising injury" arising directly or indirectly out of any action or omission that violates or is alleged to violate: (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or addition to such law; (2) The CAN-SPAM Act of 2003, including any amendment of or addition to such law; (3) The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any federal, state or local statute, ordinance or regulation, other than the TCPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or information. u. Employment -Related Practices "Personal and advertising injury" to: (1)A person arising out of any "employment -related practices"; or (2) The spouse, child, parent, brother or sister of that person as a consequence of "personal and advertising injury" to that person at whom any "employment -related practices" are directed. Attachment Code: D621009 Certificate ID: 19608424 This exclusion applies: (1)Whether the injury -causing event described in the definition of "employment - related practices" occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liable as an employer or in any other capacity; and (3) To any obligation to share damages with or repay someone else who must pay damages because of the injury. v. Asbestos (1)"Personal and advertising injury" arising out of the "asbestos hazard" (2)Any damages, judgments, settlements, loss, costs or expenses that: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard"; (b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, encapsulate, contain, treat, detoxify or neutralize or in any way respond to or assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or suit for damages because of testing for, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of an "asbestos hazard" w. Access Or Disclosure Of Confidential Or Personal Information "Personal and advertising injury" arising out of any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of any access to or disclosure of any person's or organization's confidential or personal information. COVERAGE C MEDICAL PAYMENTS 1. Insuring Agreement a. We will pay medical expenses as described below for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (1) The accident takes place in the "coverage territory" and during the policy period; (2)The expenses are incurred and reported to us within three years of the date of the accident; and (3) The injured person submits to examination, at our expense, by physicians of our choir b. We will make these payments regardless of fault. These payments will not exceed the applicable limit of insurance. We will pay reasonable expenses for: (1)First aid administered at the time of an accident; (2) Necessary medical, surgical, X-ray and dental services, including prosthetic devices; and (3) Necessary ambulance, hospital, professional nursing and funeral services. 2. Exclusions We will not pay expenses for "bodily injury": a. Any Insured To any insured, except "volunteer workers". b. Hired Person To a person hired to do work for or on behalf of any insured or a tenant of any insured. c. Injury On Normally Occupied Premises To a person injured on that part of premises you own or rent that the person normally occupies. d. Workers Compensation And Similar Laws To a person, whether or not an "employee" of any insured, if benefits for the "bodily injury" are payable or must be provided under a workers' compensation or disability benefits law or a similar law. e. Athletics Activities To a person injured while practicing, instructing or participating in any physical exercises or games, sports, or athletic contests. Altachment Code: D621009 Certificate ID: 19608424 Products -Completed Operations Hazard Included within the "products -completed operations hazard". f. Coverage A Exclusions Excluded under Coverage A. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. We will pay, with respect to any claim we investigate or settle, or any "suit" against an insured we defend: a. All expenses we incur. b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. c. The cost of appeal bonds or bonds to release attachments, but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. e. All court costs taxed against the insured in the "suit". However, such costs do not include attorneys' fees, attorneys' expenses, witness or expert fees, or any other expenses of a party taxed to the insured. f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. g. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. These payments will not reduce the limits of insurance. 2. If we defend an insured against a "suit" and an indemnitee of the insured is also named as a party to the "suit", we will defend that indemnitee if all of the following conditions are met: a. The "suit" against the indemnitee seeks damages for which the insured has assumed the liability of the indemnitee in a contract or agreement that is an "insured contract'; b. This insurance applies to such liability assumed by the insured; c. The obligation to defend, or the cost of the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the "occurrence" are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; e. The indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such "suit" and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the "suit'; (b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the "suit"; (c) Notify any other insurer whose coverage is available to the indemnitee; and (d) Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section I - Coverage A - Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance. Our obligation to defend art insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insurance in the payment of judgments or settlements; or b. The conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. Attachment Code: D621009 Certificate ID: 19608424 SECTION II - WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Employees And Volunteer Workers Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury': (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or that "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (1)(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. If you are not in the business of providing professional health care services: (a) Subparagraphs (1)(a), (1)(b) and (1)(c) above do not apply to any "employee" or "volunteer worker" providing first aid services; and (b) Subparagraph (1)(d) above does not apply to any nurse, emergency medical technician or paramedic employed by you to provide such services. (2) "Property damage" to property: (a) Owned, occupied or used by, (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees", "volunteer workers", any partner or member (f you are a partnership or joint venture), or any member (if you are a limited liability company). b. Real Estate Manager Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Temporary Custodians Of Your Property Any person or organization having proper temporary custody of your property if you die, but only: (1)With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Legal Representative If You Die Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. e. Unnamed Subsidiary Any subsidiary, and subsidiary thereof, of yours which is a legally incorporated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of the Coverage Part. Attachment Code: D621009 Certificate ID: 19608424 The insurance afforded herein for any subsidiary not named in this Coverage Part as a named insured does not apply to injury or damage with respect to which such insured is also a named insured under another policy or would be a named insured under such policy but for its termination or the exhaustion of its limits of insurance. 3. Newly Acquired Or Formed Organization Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain financial interest of more than 50% of the voting stock, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. 4. Nonowned Watercraft With respect to watercraft you do not own that is less than 51 feet long and is not being used to carry persons for a charge, any person is an insured while operating such watercraft with your permission. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: a. "Bodily injury" to a co -"employee" of the person operating the watercraft; or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. 5. Additional Insureds When Required By Written Contract, Written Agreement Or Perm it The following person(s) or organization(s) are an additional insured when you have agreed, in a written contract, written agreement or because of a permit issued by a state or political subdivision, that such person or organization be added as an additional insured on your policy, provided the injury or damage occurs subsequent to the execution of the contract or agreement. A person or organization is an additional insured under this provision only for that period of time required by the contract or agreement. However, no such person or organization is an insured under this provision if such person or organization is included as an insured by an endorsement issued by us and made a part of this Coverage Part. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business and only if this Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard" (1) The insurance afforded the vendor is subject to the following additional exclusions: This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (f) Attachment Code: D621009 Certificate ID: 19608424 (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Sub- paragraphs (d) or (f); or (ii) Such inspections, adjustments, tests or services as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. b. Lessors Of Equipment (1)Any person(s) or organization(s) from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). (2) With respect to the insurance afforded to these additional insureds this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. Lessors Of Land Or Premises Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. With respect to the insurance afforded these additional insureds the following additional exclusions apply: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors Any architect, engineer, or surveyor, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In connection with your premises; or (2) In the performance of your ongoing operations performed by you or on your behalf. With respect to the insurance afforded these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. e. Permits Issued By State Or Political Subdivisions Any state or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. With respect to the insurance afforded these additional insureds, this insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". f. Any Other Party Any other person or organization who is not an additional insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In the performance of your ongoing operations; Attachment Code: 1)621009 Certificate ID: 19608424 (2) In connection with your premises owned by or rented to you; or (3) In connection with "your work" and included within the "products -completed operations hazard", but only if (a) The written contract or agreement requires you to provide such coverage to such additional insured; and (b)This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products - completed operations hazard" However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, this insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. The limits of insurance that apply to additional insureds is described in Section III - Limits Of Insurance. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV -Commercial General Liability Conditions. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III - LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and c. Damages under Coverage B. 3. Products -Completed Operations Aggregate Limit The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard". 4. Personal And Advertising Injury Limit Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Each Occurrence Limit Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Damage To Premises Rented To You Limit Subject to 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning or explosion, while rented to you or temporarily occupied by you with permission of the owner. Attachment Code: D621009 Certificate ID: 19608424 In the case of damage by fire, lightning or explosion, the Damage to Premises Rented To You Limit applies to all damage proximately caused by the same event, whether such damage results from fire, lightning or explosion or any combination of these. 7. Medical Expense Limit Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. How Limits Apply To Additional Insureds If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: a. The limits of insurance specified in the written contract or written agreement; or b. The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit a. Notice Of Occurrence Or Offense You or any additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. Notice Of Claim If a claim is made or "suit" is brought against any insured, you or any additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You or any additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. Assistance And Cooperation Of The Insured You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit'; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. Obligations At The Insureds Own Cost No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. e. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that yu have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. f. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs a. and b. apply to you or to any additional insured only when such "occurrence", offense, claim or "suit" is known to: (1)You or any additional insured that is an individual; (2) Any partner, if you or the additional insured is a partnership; Attachment Code: D621009 Certificate ID: 19608424 Any manager, if you or the additional insured is a limited liability company; (3) Any "executive officer" or insurance manager, if you or the additional insured is a corporation; (4) Any trustee, if you or the additional insured is a trust; or (5) Any elected or appointed official, if you or the additional insured is a political subdivision or public entity. This duty applies separately to you and any additional insured. 3. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimants legal representative. 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. b. Excess insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (2) Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; (1) Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (2) Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability; (3) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I - Coverage A Bodily Injury And Property Damage Liability; (4) When You Are Added As An Additional Insured To Other Insurance Any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance; or When You Add Others As An Additionallnsure d to This Insuranc e Any other insurance available to an additional insured. However, the following provisions apply to other insurance available to any person or organization who is an additional insured under this coverage part. (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. (b) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement, or permit that this insurance is primary and noncontributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. (5) Attachment Code: D621009 Certificate ID: 19608424 Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations a. When You Accept This Policy By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business that exist at the inception date of this Coverage Part, we shall not deny coverage under this Coverage Part because of such failure. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the Attachment Code: D621009 Certificate ID: 19608424 nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V - DEFINITIONS 1. "Advertisement" means the widespread public dissemination of information or images that has the purpose of inducing the sale of goods, products or services through: a. (1) Radio; (2) Television; (3) Billboard; (4) Magazine; (5) Newspaper; or b. Any other publication that is given widespread public distribution. However, "advertisement" does not include: a. The design, printed material, information or images contained in, on or upon the packaging or labeling of any goods or products; or b. An interactive conversation between or among persons through a computer network. 2. "Advertising idea" means any idea for an "advertisement". 3. "Asbestos hazard" means an exposure or threat of exposure to the actual or alleged properties of asbestos and includes the mere presence of asbestos in any form. 4. "Auto" means: a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equipment". 5. "Bodily injury" means physical: a. Injury; b. Sickness; or c. Disease sustained by a person and, if arising out of the above, mental anguish or death at any time. 6. "Coverage territory" means: a. The United States of America (including its territories and possessions), Puerto Rico and Canada; b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in a. above; or c. All other parts of the world if the injury or damage arises out of: (1) Goods or products made or sold by you in the territory described in a. above; (2) The activities of a person whose home is in the territory described in a. above, but is away for a short time on your business; or (3) "Personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insureds responsibility to pay damages is determined in the United States of America (including its territories and possessions), Puerto Rico or Canada, in a "suit" on the merits according to the substantive law in such territory or in a settlement we agree to. 7. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". 8. "Employment -Related Practices" means: a. Refusal to employ that person; b. Termination of that person's employment; or c. Employment -related practices, policies, acts or omissions, such as coercion, demotion, discipline, humiliation, prosecution evaluation, reassignment, defamation, harassment, discrimination or malicious directed at that person. 9. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document. 10."Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. 11."Impaired property" means tangible property, other than "your product" or "your work", that cannot be used or is less useful because: a. It incorporates "your product" or "your work" that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by the repair, replacement, adjustment or removal of "your product" or "your work", or your fulfilling the terms of the contract or agreement. 12. "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning or explosion to premises while rented to you or temporarily occupied by you with permission of the owner is subject to the Damage to Attachment Code: D621009 Certificate ID: 19608424 Premises Rented To You Limit described in Section III - Limits of Insurance; b. A sidetrack agreement; c. Any easement or license agreement, including an easement or license agreement in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization, provided the "bodily injury" or "property damage" is caused, in whole or in part, by you or by those acting on your behalf. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. includes that part of any contract or agreement that indemnifies a railroad for "bodily injury" or "property damage" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road -beds, tunnel, underpass or crossing. However, Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 13. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". 14."Loading or unloading" means the handling of property: a. After it is moved from the place where it is accepted for movement into or onto an aircraft, watercraft or "auto" b. While it is in or on an aircraft, watercraft or "auto"; or c. While it is being moved from an aircraft, watercraft or "auto" to the place where it is finally delivered; but "loading or unloading" does not include the movement of property by means of a mechanical device, other than a hand truck, that is not attached to the aircraft, watercraft or "auto". 15."Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely an or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1)Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; Attachment Code: D621009 Certificate ID: 19608424 Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (1)Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". 16."Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful conditions. 17."Personal and advertising injury" means injury, including consequential "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a person or organization occupies, committed by or on behalf of its owner, landlord or lessor; d. Oral, written or electronic publication, in any manner, of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written or electronic publication, in any manner, of material that violates a person's right of privacy; f. Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement"; or g. Infringement of copyright, slogan, or title of any literary or artistic work, in your "advertisement". 18."Pollutants" mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. 19."Products-completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not yet been completed or abandoned. However, "your work" will be deemed completed at the earliest of the following times: (a) When all of the work called for in your contract has been completed. (b) When all of the work to be done at the job site has been completed if your contract calls for work at more than one job site. (c) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed. b. Does not include "bodily injury" or "property damage" arising out of: (1) The transportation of property, unless the injury or damage arises out of a condition in or on a vehicle not owned or operated by you, and that condition was created by the "loading or unloading" of that vehicle by any insured; (2) The existence of tools, uninstalled equipment or abandoned or unused materials; or (3) Products or operations for which the classification, listed in the Declarations or in a policy Schedule, states that products -completed operations are subject to the General Aggregate Limit. 20. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible property that is riot physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. As used in this definition, computerized or electronically stored data, programs or software are not tangible property. Electronic data means information, facts or programs: a. Stored as or on; b. Created or used on; or c. Transmitted to or from; computer software, including systems and applications software, hard or floppy disks, CD- Attachment Code: D621009 Certificate ID: 19608424 ROMS, tapes drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 21."Suit" means a civil proceeding in which damages because of "bodily injury", "property damage" or "personal and advertising injury" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 22."Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short-term workload conditions. 23. "Volunteer worker" means a person who a. Is not your "employee' b. Donates his or her work; c. Acts at the direction of and within the scope of duties determined by you; and d. Is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. 24."Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your product"; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 25. "Your work": a. Means: (1) Work or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work or operations. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your work", and (2) The providing of or failure to provide warnings or instructions. Attachment Code: D621012 Certificate ID: 19608424 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Form IH 0313 0611 ©2011, The Hartford Page 1 of 1 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 - Definitions and Terminology.......................................................................................................... 1 1.01 Defused Terms ...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article 2 — 2.01 2.02 2.03 2.04 2.05 2.06 2.07 Preliminary Matters ......................... Copies of Documents Commencement of Contract Time; Starting the Work .......................... Before Starting Construction ........ Preconstruction Conference.......... Public Meeting .............................. Initial Acceptance of Schedules..... 7 7 Notice to Proceed................................................................ 7 8 8 8 8 8 Article 3 Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Doctunents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ 11 Article 4 - Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities..............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 - Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 6.02 Labor; Working I-Iours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or -Equals" .......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination .......................................................................................................................35 Article7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................ 36 Article8 - City's Responsibilities...................................................................................................................36 8.01 Conunwkcations to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals...........................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 'Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 Article 10 - 10.01 10.02 10.03 10.04 10.05 10.06 Changes in the Work; Claims; Extra Work................................................................................38 AuthorizedChanges in the Work...............................................................................................38 UnauthorizedChanges in the Work...........................................................................................39 Execution of Change Orders......................................:................................................................39 ExtraWork..................................................................................................................................39 Notificationto Surety..................................................................................................................39 ContractClaims Process.............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time ................................................................. 46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays.......................................................................................................................................... 47 Article 13 - 13.01 13.02 13.03 13.04 13.05 13.06 13.07 13.08 13.09 Article 14 - 14.01 14.02 14.03 14.04 14.05 14.06 14.07 14.08 14.09 Article 15 - 15.01 15.02 15.03 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 48 Noticeof Defects48 Accessto Work48 Testsand Inspections48 UncoveringWork49 CityMay Stop the Work49 Correction or Removal of Defective Work50 CorrectionPeriod50 Acceptanceof Defective Work51 City May Correct Defective Work51 Payments to Contractor and Completion....................................................................................52 Scheduleof Values......................................................................................................................52 Progress Payments...................................................................................................................... 52 Contractor's Warranty of Title...................................................................................................54 PartialUtilization........................................................................................................................55 FinalInspectiou........................................................................................................................... 55 FugalAcceptance......................................................................................................................... 55 FinalPayment............................................................................................................................. 56 Final Completion Delayed and Partial Retainage Release.......................................................56 Waiverof Claims........................................................................................................................ 57 Suspension of Work and Termination........................................................................................57 CityMay Suspend Work .............................................................................................................57 City May Terminate for Cause................................................................................................... 58 City May Terminate For Convenience.......................................................................................60 Article16 -Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823202I Article 17 — 17.01 17.02 17.03 17.04 17.05 Miscellaneous Giving Notice Computation of Times Cumulative Remedies. Survival of Obligations Headings 62 62 62 62 63 63 CITY OF FORT WORTH STANDARD CONST RUCT ION SPECIFICATION DOCUMENTS Revision: 823/202I 007200-1 GENERAL CONDITION S Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Definzed Terms A. Wherever used in these General Conditions or in other Contract Documents, the terns 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, terns 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 Cotuicil for the City to enter into an Agreement. 6. Bid --The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day— A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. CalendarDay —A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-1 GENERAL CONDITION S Page 2 of 63 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terns of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents Those items so designated in the Agreement All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL CONDITION S Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development— The officially appointed Director of the Planting 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. EffectiveDate 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 tune 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: R2312021 007200-I GENERAL CONDIT ION 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. Pet roleum—Petroleuuu, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 5 of 63 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager The authorized representative of the City who will be assigned to the Site. 53. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours —Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday 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: 8232021 007200-I GENERAL CONDITION S Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Docwnents 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 fiwnish 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 —Howl 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 wider 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 pennit 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 Docwnents, have the indicated meaning. B. Intent of Certain Terris or Adjectives: CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: R23/2021 007200-1 GENERAL CONDIT IONS Page 7 of 63 I. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," `proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination w11 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 Pe;forin, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTn STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -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 nur. 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 withthe 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 ou trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL CONDITION S Page 9 of63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract C la ims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before tundertaking each part of the Work, Contractor shall carefully study and compare the Contract Doctunents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents DuringPeifonnance 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 CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: R23/2021 007200-I GENERAL CONDITION S Page 10 of 63 6.I7.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of' the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 00 72 00 -1 GENERAL CONDITION S Page 1 1 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. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall fiu-nish 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 Dust consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 00 72 00 -1 GENERAL CONDITION S Page 12 of 63 C. Contractor shalt provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3 differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the Circe 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 UndergroundFacilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data finished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility Much 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 CONST RU CT ION SPECIFICATION DOCUMENTS Revision: 8232021 007200-1 GENERAL CONDITION S Page I4 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 documnent 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 monurents 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 w ill 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: R21/2021 007200-I GENERAL CONDITION S Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the restunption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous L'nvirorunenlal Condition created by Con tr actoror by anyon e fo rwh om Con tractor is responsible. Nothing in this Paragraph 4.06.Gshall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONST RUCT ION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 16 of63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Govermnent Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 CerlificatesofInsurance 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 uinimwn 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 CONST RUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-1 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 contractprice shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPI3CIF ICA TION DOCUMENTS Revision: 823/2021 00 72 00 -1 GENERAL CONDIT ION S Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting 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 terns, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2 claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the cuurent Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 19 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bondsand 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 CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL LAND IT ION 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 conununication 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 Docurnents. Contractor shall at all tunes maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONST RUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-1 GENERAL CONDITION S Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adlushnents 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 untended to establish the type, f traction, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONST RUCTION SPECIFICATION DOCUMENTS Revision: 823.2021 00 72 00 -1 GENERAL CONDITION S Page 22 of 63 2) it will reliably perform at least equally well the fimction 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: 823/2021 007200-I GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of constriction 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 performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by theinfronn and against any and all claims, damages, losses and expenses (includingattorneys 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 reuubmse 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. P. 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 STANDARDCONSTRUCTION SPECIE ICATION DOCUMENTS Revision: 8232021 007200-I 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. Contactor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15 02 A Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I 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 Worlc 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 betweenwages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. cry OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I 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 agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of th ee (3) years following the date of acceptance of the work, maintain records that show (n) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assurne 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 indemnibt 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 cowl 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 resultingfrorn cry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device notspecifred 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 permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Envuomneital 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httpi/www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation oft 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 of occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additiona 1 area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-1 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 incleanlifyand bold harmless City, from and against ail claims, costs, losses, and damages arising out ofor 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 conunnnication), 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 RecordDocwnents 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 safely precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 00 72 00 -1 GENERAL CONDITION S Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: I. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or arty 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 Representalive 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL COND IT ION S Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fall to respond to a request from the City to rectify any discrepancies, omissions, or correction mecessaty 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 fiords due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog nwubers, 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. I8.C. CITY OF FORT WORTH STANDARD CONST RUCT ION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -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 Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuingthe Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractors 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 CONSTRUCT ION SPECIF (CATION DOCUMENTS Revision: 8232021 007200-I 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 unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its owl expense, the City, its officers, servants and employe es, 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 ALLFCEI) OR PROVEN THAT AI I4 OR SOME OF THE DAMACES BEING SOUGHT WERE CAUSED IN WITOI E OR IN PART BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provismon rs intended to include, without limitation, indemnity foi costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold hannle s s, 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 CFI Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS AI I,FGED OR PROVEN THAT AI I. OR SOME OF THE DAMACES BEING SOUGHT WERE, CAUSED. IN WHOI E OR IN PART BY ANY ACT OMISSION OR NE,GI TGENCE OF THE CITY 6.22 Delegation of Prgfessional Design Services A. Contractor will not be required to provide professional design services unless such services ale 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, docwnents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823,202I 007200-I GENERAL CONDITION S Page 35of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with thews. Contractor shall do all cutting, fitting, and patchingof 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. crrY OF FORT WORTH STANDARDCONSTRUCTION SPECIE ICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 - CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required wider 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 casements 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. COPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL CONDITION S Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 - CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City 'sProject 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 malce 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Pe;formed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 39 of 63 10.02 UnauthorizedChangesin 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: (n) ordered by City pursuant to Paragraph I0.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Doctunents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-1 GENERAL CONDITION 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 CONST RU CT ION SPECIFICATION DOCUMENTS Revision: 8232021 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.O1.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, w'thout limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday' pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as unposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in time Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at time Site. 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 time Work. g• CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I 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, clerics, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.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 I1.01.A and 11.O1.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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-1 GENERAL CONDITION S Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for eachseparately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may snake an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONST RU CTION SPECIFICATION DOCUMENTS Revision: 823/2021 00 72 00 - 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 unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the trait price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more titan 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8232021 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 ofContract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.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 agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.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 CONST RUCTION SPECIFICATION DOCUMENTS Revision: R23/2021 007200-I GENERAL CONDITION S Page 47 of 62 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, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shalt not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIE ICA TION DOCUMENTS Revision: 823/2021 00 72 00 -1 GENERAL CONDITION S Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observat'on, inspection, and testing. Contractor shall provide therm 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 hill 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 STANDARDCONSTRU CTION SPECIF [CATION DOCUMENTS Revision: 823/2021 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 Coniract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion P thereof, until the cause for such order has been eliminated; however, this right of City to stop the Worlc 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: R232021 007200-I GENERAL CONDITION S Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction orRemoval ofDefective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 00 72 00 -1 GENERAL CONDITION S Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under (his 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 Worlc so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. AR 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 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 necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMEN 1b TO CONTRACTOR AND COMPLETION 14.01 Schedule ofValues 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 53 of 63 B. Review ofApplications: I. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge* a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or 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 RU CTIO N SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Pagc54 of63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. PartialUtili7ation will 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 particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I GENERAL CONDITION S Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens fled 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 malting 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 RetainageRelease 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: 823/2021 007200-I GENERAL CONDITION S Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilit ies under the Contract for anything done or furnished or relating to the work under the Contract Documents or arty 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 CONST RUCTIO N SPECIFICATION DOCUMENTS Revision: %232021 007200-I GENERAL CONDITION 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, mayjustify termination for cause: I. 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8`23/2021 007200-1 GENERAL CONDITION S Page 59 of63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall Rot be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contactor then existing or which may thereafter accrue Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I 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 effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any chain, 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: I. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 007200-I 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 attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 -DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.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 CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: 8a3/2021 007200-I 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 Chun to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Doeuunents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation 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 unposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be consulted in any way as a limita tion 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8232021 00 72 00 -1 GENERAL CONDITION S Page 63 of 63 17.04 Survival ofObligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: R232021 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of7 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.O1A 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 March 13, 2023: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION None 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. I03292-3 PROJEC I' DATE: MARCH 2023 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 March 13, 2023: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are repots of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report, Report No. 103-21-407-1, dated January 21, 2022, prepared by CMJ Engineering, a sub -consultant of Kimley-Horn, a consultant of the City, providing additional information on geotechnical conditions. An Aquatic Resources Delineation Report and Nationwide Permit 58 Memo, dated November 16, 2021, prepared by Kimley-Horn, a consultant of the City, providing additional information on wetlands, special aquatic sites, and other waters within the project area. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous env on ental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: None 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit Include waiver of subrogation to Walsh Ranches Limited Partnership. SC-5.04B., ` Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $2,000,000 each occurrence $5,000,000 aggregate/umbrella limit The policy must have an endoi cement (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 i ead the recorded easement document to verify all insurance requirements at e achieved. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Lnsurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstntet 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 Contactor to execute a "Right of Entry Agreement" with the particular railroad company or compares 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: (l) General Aggregate: $4,000,000 (2) Each Occurrence: $2,000,000 X Required for this Contract _ Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: I. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to he performed by the Contractor shall be commenced until the Contractor has firrnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier Tier 3 for the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 WESTSIDE IV'I'RANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DA FE: MARCH 2023 SUPPLE, SC-6.07., "Wage Rates" 00 73 00 ENTARY CONDITIONS Page 5 of 7 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: littps://apps.forGvorthtexas.gov/ProiectResources/ 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 Utilities Company Permit for Aledo Rd 2 weeks prior to Crossing mobilization (See Appendix) BKV/Eamett Gathering, LLC Contractor Agreement 2 weeks prior to mobilization (See Appendix) Union Pacific Railroad (UPRR) Contractor's ROE Agreement Prior to work associated with UPRR SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: OWNER PERMIT OR LICENSE AND LOCATION DATE OF POSSESSION Texas Historical Commission Antiquities Permit 05/2022 Union Pacific Railroad (UPRR) Pipeline License Agreement 02/2023 Tarrant County Floodplain Permit 05/2022 BKV(Bamett) Corporation Energy Transfer Letter of No Objection at Saltwater Line 05/2022 Crossings Letter of No Objection at Gas Line Crossing 05/2022 Enlink Midstream Letter of No Objection at Gas Crossings 08/2022 T-Mobile/Sprint Letter of No Objection at Communications 05/2022 Line Crossing 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 March 1, 2023: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authority Markum Ranch Pump Station Pump Station Construction City Westside V -- 36-Inch Water Main (Halff) 36-Inch Water Main Construction City Westside IV —Phase 1— 36-Inch Water Main 36-Inch Water Main Construction City Walnut Creek Sewer Interceptor 27-Inch Sewer Main Construction City Westside IV EST 1.5 MG Elevated Storage Tank City PMB Developer Unknown Developer Representatives/PMB SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Farida Godeiya, Ph. D., P.E., or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-I6.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., Manager. "City's Project Representative' wording changed to City's Project 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 01 11 00 SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY 01 11 00 -1 SUMMARY OF WORK Page 1 of 3 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 0111 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be Left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad hacks, 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. e. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 QUALPI'Y 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 NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY 012500-1 SUBSTITUTION PROCEDURES Page I of4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS, Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 . 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1.6 1.7 1.8 1.9 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 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 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] CLOSEOUT SUBMITTALS [NOT USED] MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 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 - PART3- PRODUCTS [NOT USED] EXECUTION [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SUBST EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 01 25 00 -4 'UTION PROCEDURES Page 4 of 4 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 as noted Firm Address Date Telephone For Use by City: Recommended Not recommended Recommended Received late By Date Remarks Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUC TION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY 01 31 19-1 PRECONSTRUCTION MEETING Page 1 of 3 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 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. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 31 19 - 2 PRECONSTRUCr1ON MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pei tinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments r. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material I. 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 ]I. Questions or Continents CITY OF FORT WORTH STANDARD CONS rRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 \VESFSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 WESTSIDE IV TRANSMISSION MAIN -. ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 01 31 20 PROJECT MEETINGS PARTI- GENERAL 1.1 SUMMARY 013120-1 PROJECT MEETINGS 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 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 INOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. 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 I. After the execution of the Agreement, but before construction is allowed to begin, attend I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 filly 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 e. 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 constriction 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 Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 W ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 31 20 -3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. I) 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. I) 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 PART 3- PRODUCTS [NOT USED] EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16 -1 CONSTRUCTION PROGRESS SCHEDULE Page I of 10 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART1- 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16 -2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractoi. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 prepa -es and submits each schedule type to fulfill their contractual requirements. I. 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 m 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 . Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number_Project Name Baseline Example: 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC 2018 01 • Project Schedule Progress Narrative File Name Format: City Project Number_ProjectName_PN_YYYY-MM Example: 101376_North Montgomery Street HMAC_PN_2018 01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16 -5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor w i11 establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City s calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. H. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City's WBS structure and respective project type template for "Constmction" 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 I.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. I. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. J. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16- 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described iu Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental 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 XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.4 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor s baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. WESTSIDE 1V TRANSMISSION MAIN — ALEDO RD TO \\'SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 01 32 16-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .fupx) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] 1.12 ATTACHMENTS Spec 01 32 16.1 Construction Project Schedule Baseline Example Spec 01 32 16.2 Construction Project Schedule Progress Example Spec 01 32 16.3 Construction Project Schedule Progress Narrative CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013216.1 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page l of 5 1 SECTION 01 32 16.1 2 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 01 32 16 Construction Schedule for details and requirements regarding the 9 Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Nmne] [Insert Project Number] 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page 2o15 Report Print Date: 20-Jun-201 S 0 .sir i 4 S 1 L 1 a 7 i Or • T ;• 1r 1 rn rJ re AV 0 Q le 0 W 0 0 to IL 0 L 1 •f O Jt CI 17 O ao 4s O Er W O 0 0 0 �11PiA to t6 to t0 c0 CO 00 cu 00 CS • L) u tLI 0 `t1 t i ►+ I! Y. gs r- u/ �„tic to u/ al a) at co 1A •1 r• •• •+ •' •- r L1 L1 tJ t.l tJ 1J 0 P1 t•1 N Ct eel C,4 CI L L. L. 1.• 1- L. R.R. US ct EE.* rl rII 1 C1 r1 t- L) to tJ L) • • t-) 0 -t M -t r) •t o •& 01 0 0 r ✓ ars ✓ r O 0 O O o,r el M CJ' CJ C N 10 (0 go el N o NEC M 110 • u to 0 tit 1 O .17 N u N) ty 0 0 • •r 4 ...[ .......... C1 o u OD O A. r 0 0+ M. i 1• - • ] 1 li- .••...... .......... ... • 1 4- • u:u ur1 Liju u u 1-t u; y •-• t• t• w •1 q ninon r r r u t u) /n cfin rip O o 0 0 0 0 0 r N r) t tto 0 0 0 0 M in ; co ; 0 m fn r I r O 0 Lf ca.In 0 0 r r 7, f 7 7 • 0 ? 7 r 1 t•D-• N OiC O'fA •t r.0 ▪ •,a ui • N 0 0 0 M 0 0 0 0 10 t0 1-- W O O O 0 M t7 M M a to 10 10 r r r 0 0 0 0 ?n `n `� b • • 7 0 o d b d 1') r rr COco t r I Pl X 1D l- O N 29-J r.-2tif-5 0 0 0 O rt L'1 L) to L, CO C4 p00: !f0 O CO 10 0 0 is CI t4 0 •C ri 0 CI0 0 01 N M t7 M` 4. M M M M M M t, to O M 0 t? 0 0 o - N r r r t7 te) M c00 rc, to tai° n r fra pip ;1 N ? O a0 a1 0) •- •r r.1,u O N Cl ty 4.4 6 7 7 01 N N •- )2,o 0 u Ci u L1 ••+ •• i9 00 O O ,1 •OD �N OOi o r r r r r r r M r,) M M M M f7 DJ tom rt/ n, w_ w fD 0) CO r O• 0 L1 0 0 0 O 0 SyJ C1 } t6 c6 b ai 41 t) _ o ar W w a) . o.9 Q z n 0 o 0 d th, 66 4 r,— r r O!r r N N o 0 Cl 0 0 Cs t_D ^ 0 01 0 CI M M M M f('J) M t• i ♦ Critical Milestone Remaining Work i • Completed Milestone Critcal Remaining Work • i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page 3 of 5 1 4. 1 1 • 3 LA rC• h tr u to 0 M 0, et to eel i5 9 r 0) u c1, 1) ' 9 r N 0 11) 0 rS lg 0 1') 11) N 1 1 j 1 1 I a fit O (0 M co O 21' 0 0 n A CI 0 0 C*4 Cl 0 M m_ (0 0 O 6 6 a O Q 16-Nov 2018 CI el 0 0 N IZ• co O O M CO cv O i O 0 9 rye •' • a Mt; 0 0 00 en (I • CI 0 0 ei •D 10 0 0 M N R N N 4...__._._.;..._._..4....._.•. _._.._._.1._...•.._•4. • \....... _• T_. .... ..III N 0 M11) (O tU n •• 0 V rl ti '0 0 (9 10 0 t0 n 0 r) M 1)1 (t1 •+ •. CI el N 7 7 0 el OS-Fero-2019 0 0 0 et Cc • •O-• CI I1 O m M CI o 0 1- CO Of M el7 M 0 et cs 0 O i7 tO N n 10 1•- t 4'1 • 1. . .......... ...... ...... 0 COopt O 0 0 M c 0 0 Ca. T' f •1 • Mi 0 0 O M ea r0 M • CO O CO M CO r , r- r r;r O 0 0 0• 0 C1 M C1 C1' N` n. R • n. 411 41 41 4) , al 0 (.7 Cl co 0 cb!1b r' o1'4 O r r N CO ✓ V 0 ' CO •'• N 0 01 27-Dee-2018 CO . CO r ' r titN ttnn ri Ch r. 'j '▪ ID 19 0 O t 1`) 19 0 O S 1j) r Its r n. a1 10 Fa 9 t4 M (u CI 0 0eI M M M.M O la U u Cl u U1 In V r+• M •f 0 M M D Oe 0 19 19 M r, 19 10 Of 01 LC 0 1a of LL u j 1• O ID • .2 a 0 Ca Cu• to •,• r- C COS l• to 0 O r LI U r n•1 O 0 0 M 11) et' in f [r•1 O O 0 0 r u1 t- Ia 01 0 'In (O to 0 1n r• rr• f 0 ) (;rt t7 70 7 • • tool 0 O1 to Of ♦• •' •' CI c�1 r el t''J • to u O 0 r to M •. r 17 0 M T 0 n 'u) 1.1):0'u N el• C7 N M r F. 06-Jar-2C t u r• 0 a O Of el 7 O 06-Jun-2019 Ili U 10 Or N rin ') 1(.1 1f) 4) (O CO CO to •• u 7 01 49 N 10 rJ 1/• u) B (1 w . • Completed Milestone ♦ Critical Milestone R CITY OF Fon WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] Report Print Date: 20-Jun-2018 Project ID: CIP-0I B M O M 4) cr1 CO 1.1.. UI 0 4 r r +•- 1 0 T. u1 0 t 19-Ju-2019 III 1�7 LJ 0 gd 5 1 0 0 ti • 10 9 0 r) r 1 0'1 Y r 17-Deo-2019 0 0 �10 T. r [ 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page4of5 rs) _o PI 0 O I"'1 Oi H � w t/? 4/ Pt rEr O It • Q► O (I) CN _ QJ Q► V1 MI go 1-1 0 0 • Milestone i • Critical Milestone R i Ili C 2 2 41 • i CITY OF FOItI• \VORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 6 Re\ision Log NAME DATE SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial issue May 7, 2021 M Owcn Revised name due to revising the schedule specification C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [insert Project Number] 1 2 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page 1 of 4 SECTION 01 32 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT woRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page 2 of 4 Report Print Date: 20-Jun-201 S a Or : s _.._.._.�_.._.._...._..._.._.1_ _...... _ _.._.._.f ..... 1 1 1 1 1 ..... ........ [••-•••-••1• . 1 1 1 e • t 1 Al. • ..... i_ ••_ . ._ •i et •.-•5 f_...1........ .J_._..-• -I- 1 - -•..d - 1 ; , 1 r 1 3 i--•--......... , kmmmmmmmmaml R 1L RE Er a 0 0 To co 0 i 1 ._.._ i ... I_.._..-.T_ its���iszgst 1 , CJ 0 ,D < :.c l < d +C +t co o co co w co co a) a) In W ro ✓ r r r Q Li tJ 1J 1-1 Ci M N N C1 .L .t y. Q. P N 1 1' tV Ta) ( t4 w a) to r r r r r r l; 8as tl 00000 000 0 0 0 moo 0 O o o 7,00ul TT TM IT r 122 N'CI ,C1 CI C'I'C1':NPCIC4 el N;CI (11 N P1 C4 N C1 C4 CI CI N N C1 0000l m tL to to W a) tD CO CO a) to W �r �• Lrr� t- r r i W_ ••-• r r r e- N N C N:N et' Cc1 la N CA CI C4 CY N E'r n L4/ 1, 1, d : el ttn t ttn t & °I '�IJ7' y R r`3�y 7 t) IQ t-.. N ,!!i" _ 0I g PI r n Ili 40p�p CO M ;' m -p- - -Ti. � W pp CN CI N N i N p CI N�i•1 N CS u t .k a F .N . .N'CI i`1 P1 : in .� u ♦+ N w Ll !000 a 0 0 0 0 0,000000 0 a1 . at a.J t.) 0) 0 cJ +00 a r V Jr el tai v ad lel re 4 rvii 14 it -a (11 I/� bra I Q a 0 1 11 V Actual Work i • Critical Milestone Remaining Work • Completed Milestone CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [lnsett Project Name] [Insert Project Number] 01 3216.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE m A� W . Q) .03 O n E i-- to af U g CL 4-2 t f t ° ''''' I ''''' ''''''''' 1 T T_.._.._..1..._.._.._T_..._.._. _.._.._..i.._.._.._.i_.._ S 1 -• --1•- ••---_. _.._..- •. _.. _.._.._..�..._.._.._ _..._.._. _.._.._ .. _.._. CI N- (•r ; N (•I el N ('1 N N N el (V N (•l : N N C'l Cy 1c` 10 to to !n to tD'," 0 oea 10 O at u) gmq'ao;Co fI N 0 0 tl ut m ea ;(! ei VI as 9 N ^ •w•(o (0 1r;r• '- J1J L1 C•I ' 0 a C7 c'•• 0 .1 el g r• r• 10 an lhi Q1 g (1 N O 1) Cl 3� th W CJ W 9 o 0 0 tl N .- 1;4^ in 8 N ±--1 0 n14 17 ;0 0 O r.I:c% 0 0 O I Fs t•1 0 10 10 1n Os an alI OI 1n 0 •• r' rp- ^ ._ ,-7 bb(t`(•1I�jC`ICI 1 a S ro N N el •- in c4 it 4 cl ao m (n m a• O 0) .- .- o n rl 0p 1-1 11 1.7 LI 1L !1 ;`, Ci t� �l ; ($ CI O S? C c C- . u . 1� ry Iv W i w ell�i l - 00' ID ' fl co • ay al rn ✓ CJIC] t� o1•cr 03 i►•.'^ rl r sl •co CI ul uI:T c, I1;0 1i l N ich tx 0 0 0 al 0 • (1'-w 10o co c! to D I() , C t, 0 r• r 6-En c ['c av ggaS 0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 ICI r 0 ( co O t 1 r _.._.._...4. _.._.._.T._.._.._. • 1 1 • _..._......... _.._.._ ..._.._.._._.. C•4 ('1 N N CI tY 0 In 0 CI ch m 111 tan ._. r. •• Ft CI C • N ,1 so,. LI '"o7 r,ra r • 1,l O p rn rn a1 ^ 0 ^ C 1 0 (-1 CI C•,l t;1 ; 0 1-1.10 W an Q! rn 01,. . .. EI N , •1 1 / eiNVisgSg C4ILO L1 1n m .- w ID(n•,1 1 it;l t. ar ei;� b Ll IJ al .-• u eteVV 1p7I r CJ r) .•. CO 10 O N c I.0 11) 0 0 1 u 1l 0 ti i6 ab Ist QI 0 et on a Fj a_ t- td F! cS R S t PrAi o,,act n1Ls 2' 8 (f , c 0 0 0 0,0 ' u, a u,:u, CO CO 00 10;0 N 0 m A N rn u ('1 1n 1 t� R rn 3 u 0 0 s N O1 r• t ('1 _.._._.._... .I__.� N N (•1 CJIN;N (1 07 O 0 0 0 0 rnI� all Dim m ?-1 m �}.- (y el 31 (yfjN PI C ? IS 18 Si 7 4," ? r- P.m 10t1) 1 r) 0 0 ^ r Qf r Page3of4 • 0 • Critical Milestone Remaining Work i Critical Remaining Work • [Insert Project Name] [Insert Project Number] 1 2 3 4 5 6 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page4of4 END OF SECTION Revision Log NAME DATE S UMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Tssue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [insert Project Name] [insert Project Number] 0132 16.3 —PROGRESS NARRATIVE Page 1 of I SECTION 01 3216.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period; Date Issued; Contractor Company Name: Project Name. City Project No: Contractor Schedule Contact. City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Pagel oft 01 32 33 - l PRECONSTRUCTION VIDEO Page I of 2 PART1- GENERAL 1.1 SUMMARY SECTION 01 32 33 PRECONSTRUCTION VIDEO 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 I. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 PART1- GENERAL 1.1 SUMMARY SECTION 01 33 00 SUBMITTALS 013300-I 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: I. 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO I2D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a Letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=44th 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 'A inches x 11 inches to 8 'A inches x p inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet I) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content I. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 shopworkmanufactring 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) I) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCIi 2023 013300-4 SUBMITTALS Page 4 of 8 9) Production or quality control inspection and test reports and certifications 10) Mill reports II) 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 I) 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 I) Distributed to the City 2) Copies CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 33 00 -5 SU}3MITTALS 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. Pennitting 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 teclmiques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV ESP CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013300-6 SUBMITTALS 1'agc 6 of 8 a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and continents 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. I) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESTSI DE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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] CITP OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013300-8 SU➢MI'TTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revisio➢ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 35 13 SPECIAL PROJECT PROCEDURES 013513-1 SPECIAL PROJECT PROCEDURES Page I of 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 l0 d. Use of Explosives, Drop Weight, Etc. l l 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 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 I) 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 \VESTSIDE I V 'TRANSMISSION MAIN — ALEDO RD TO W SI V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 2l 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March II, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 35 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program l0 1. Provide and follow approved Confined Space Entry Program in accordance with l l 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1) Prepare flyer on the Contractor's letterhead and include the following 2 information: 3 a) Name of Project 4 b) City Project No (CPN) 5 c) Scope of Project (i.e. type of construction activity) 6 d) Actual construction duration within the block 7 e) Name of the contractor's foreman and phone number 8 0 Name of the City's inspector and phone number 9 g) City's after-hours phone number 10 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 11 A. 12 3) City of Fort Worth Door Hangers will be provided to the Contractor for 13 distribution with their notice. 14 4) Submit schedule showing the construction start and finish time for each 15 block of the project to the inspector. 16 5) Deliver flyer to the City Inspector for review prior to distribution. 17 b. No construction will be allowed to begin on any Klock until the flyer and door 18 hangers are delivered to all residents of the block. 19 G. Public Notification of Temporary Water Service Interruption during Construction 20 1. In the event it becomes necessary to temporarily shut down water service to 21 residents or businesses during construction, prepare and deliver a notice or flyer of 22 the pending interruption to the front door of each affected resident. 23 2. Prepared notice as follows: 24 a. The notification or flyer shall be posted 24 hours prior to the temporary 25 interruption. 26 b. Prepare flyer on the contractor's letterhead and include the following 27 information: 28 1) Name of the project 29 2) City Project Number 30 3) Date of the interruption of service 31 4) Period the interruption will take place 32 5) Name of the contractor's foreman and phone number 33 6) Name of the City's inspector and phone number 34 c. A sample of the temporary water service interruption notification is attached as 35 Exhibit B. 36 d. Deliver a copy of the temporary interruption notification to the City inspector 37 for review prior to being distributed. 38 e. No interruption of water service can occur until the flyer has been delivered to 39 all affected residents and businesses. 40 f. Electronic versions of the sample flyers can be obtained from the Project 41 Construction Inspector. 42 H. Coordination with United States Army Corps of Engineers (USACE) 43 1. At locations in the Project where construction activities occur in areas where 44 USACE permits are required, meet all requirements set forth in each designated 45 permit. 46 I. Coordination within Railroad Permit Areas CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 constnietion 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 l6 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 23 24 25 26 27 28 29 30 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMIT' ALS [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] 32 PART 2 - 33 PART 3 - 34 35 PRODUCTS [NOT USED] EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log NAME SUMMARY OF CHANGE DATE 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. L4.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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 NOTICE CHSTRUCTIN 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 MY. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL W ESPSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 01 35 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of8 1 EXHIBIT B Date: FORT WORTH DOE MO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILT BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — AL.EDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 WESTSIDE IV TRANSMISSION MAIN -- AL,EDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PARTI- 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 W ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Protect. 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 NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO ItD TO \SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 I. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 015000-4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO I'RAFFIC CONTROL Page 1 of 3 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 I. 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 22, 2021 PROJECT DATE: MARCH 2023 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page of 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. LO 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 I. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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 PART2- 9 PART3- 10 11 12 PRODUCTS [NOT USED] EXECUTION [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE 3/22/21021 M. Owen 1.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A. Lc 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 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PARTI- 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements I) 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, Enviromnental 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 I) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP I. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 57 13 -3 STORM \VATER 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Page I of 3 A. Section Includes: I. 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 [old 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of %-inch 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 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14 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 REPAIR / RESTORATION [NOT USED] RE -INSTALLATION [NOT USED] FIELD [on] SITE QUALITY CONTROL [NOT USED] SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANING [NOT USED] CLOSEOUT ACTIVITIES [NOT USED] PROTECTION [NOT USED] MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV'I'RANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log NAME SUMMARY OF CHANGE DATE WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 016000-1 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 Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 • WES1'SIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 INOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/(2 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 IV TRANSMISSION MAIN - ALEDO RD '1'O WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 9, 2020 PROJECT DATE: MARCH 2023 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- 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 I. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's reconunendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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] PART3- 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 Ion] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. I03292-3 PROJECT DATE: MARCH 2023 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I 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 I) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD RO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 1 l b) Site Clean-up for each issued Work Order I2 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 l8 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD RO W SI V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 l 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.I.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.4a) 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 STANDARD CONSTRUCTION SPECIFICA'r1ON DOCUMENTS Revised November 22, 2016 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD RO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- 4 PART3- 5 6 7 PRODUCTS [NOT USED] EXECUTION [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD RO WSIV EST CITY PROJECT NO. [03292-3 PROJECT DATE: MARCH 2023 01 71 23 - CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL 1.1 SUMMARY A. Section Includes: I. Requirements for construction staking and construction survey 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 Forums 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 constriction 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 I) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the hump sum item. c. The price bid shall include, but not be limited to the following:: I) 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 1.6 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. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 continent 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. WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe Joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of8 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: I) 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.) 0 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 (I) Rim and flowline elevations b) Manholes and Junction Structures (1) Rim and flowline elevations 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 PART2- PRODUCTS and coordinates for each and coordinates for each A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 WESTSIDE 1V TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as pt actical and necessary. The degi ee of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft 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 O.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located hoi izontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no mote 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 pet tinent data shall be logged for future reference. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017123-7 CONSTRUCTION STAKING AND SURVEY Page of 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 bit] 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 3rd 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 WESTSIDE IV TRANSMISSION MAIN - ALEDO IRD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 71 23 -8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 NAME SUMMARY OF CHANGE DATE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instmction 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 STANDARD CONSTRUCTION SPECIFICA PION DOCUMENTS Revised February 14, 2018 WES'I'SIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 FORT WORTH Section 01 71 23.01 - Attachment A Survey Staling Standards February 2017 K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED BLUE POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE ALL PAVING SURVEY PROPERTY INCLUDING CONTROL CORNERS, CURB, POINTS, RIGHT-OF-WAYS, SIDEWALK, BENCHMARKS, BUILDING AND CORNERS PINK SANITARY SEWER GREEN- PURPLE IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long (for marking hubs) 3/4" long Tacks K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand `Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, '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 points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa lse_Easti ng: 1968500.00000000 False_Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P, N, E,Z, D, N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1 C1234_As-built of Water on Main Street Grid NAD83 TXSP 4202.csv K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018398-FW W D-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 0 1 � J LLJ 1_ I- c T w 0 0 w 1016 0 W CC LLJ EL.- 100.00' ry z W D— C o W z �C —JJ _ I- W r Z -3 0 o 0 0 (_) 0 0 CP #1 N=5000.00 E=5000.00 V. Water Staking Standards K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 26 A. Centerline Staking — Straight Line Tangents 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 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Utilities\061018398-FW W D-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards docx Page 8 of 26 7' d/StW,& 0 rr l 0 W cr 5 0 z 0 J L- z Ch Z Q H i wO z F }' A el LA W�W 7' 0 f S c. Wit Q CO w e STA=1 +72.81 1017I EL-101.16' OFFSET DISTANCE STA71 ONING t� i tri ihn IDENTIFIES TOP OF PIPE H =o 1— N 0 coJ m W - re O U ID - CC Z Q m Z D = O 0 VI. Sanitary Sewer Staking K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 26 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 III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves If arc length is greater than 100', POC (Paint 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\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 26 I 0CE I c , flF FACING Q) 0 t l (SIDE FACING Q) Example Sanitary Sewer Stakes fifsess1 I STA=StTICO II d-Iu-mII •-I Lai -re "...•..z G-;"11 c [02...,1 r/5 t ss I ATA-14-7119- mac, CI —AM Le.11 a-lai g e_nt- I (six [-Aui'Ro K) 1 7' c'/C Q� (J =1+ F51113 ii r. Es o cc Ii 9 ' u Z uePi i ricer M.IlFOLE , . ('2? u/S Si it= - u-csti Ntr? cr-iP-I 3 c-a1 i __ C5iA=44udi W IDE}JT1FIES i l cyjr eel t7r f 5t C J F'J =n W W. r n B /I K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents 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 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. 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\061018398-F W WD-WSIV-EST-AND-TM\SPEC\TM\ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 26 BACK (9GE FACING R.ELW.) Example Storm Inlet Stakes FRONT (SIDE FACING Q} HUB WITH TACK RACE Cf CUM FLCMLRlE NIA 131N I A0 33V3 10.0' OFFSET NO FLAGGING REQUIRED . IN LIEU OF PINK PAIN IED LATH IDENTIFIES \IHICH END OF THE SUNG BEING STAKED INLET •`_TA11ON (IF NOTED ON FLANS) ICoJ11FlES GRACE 10 TIT' CF CURB IDENTIFIES GRADE TO FLOYAJNE DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED 1O' - 20' STANDARD DOUBLE 10' - 26.67 FECE55ED DOUBLE 10' — 30.67 EDGE OF PAVEMENT EDGE OF PAVEMENT BACK (SUE FACING RAW) KA NT H'J8 ELEY IRON • BACK CF' INLET FRONT (SIDE FACING q) 0 to NA 131NI 30 30V3 et- 0 0 0 •;';•'YANG, =1 FACE Er INLET 10E1.111 FlES 1'1411CH END 'r THE YANG BEING STAKED BACK OF CURB FL OWIJNE EDGE OF PAVEMENT EDGE Cf PAVEMENT K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 26 VIII. Curb and Gutter Staking A. Centerline Staking — S raight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted K:\FTW_Utilities\061018398-FW WD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 26 FRONT (sIDE FACING Q) BACK (SIDE FACING R.O.W ) PCMT # HUB ELEVA11ON en 4 Example Curb & Gutter Stakes FRONT IDENTIFIES OFFSET IS T10 BACK OF CURB OR F/0 FOR FACE OF CURS (SIDE FACING Q.) IDENTIFIES START PONT Cf. OJRVATURE O p IC0411RES {RADE IS ID TOP OF CURS 740, NN BACK OF CURB FACE OF CURB'LZ___- FLOVvU NE EDGE OF PAVEMENT FRONT (SIDE FACING V.) 0 -0 a FRONT IDENTIFIES DID ODE FACINO Q} POINT OF T CENT 0 BC I I 1 III III III O III (r. i i 4) 110 FI AGGIU(-_'FOII IRFD 1 1 1 IN LIEU) OF PINK PAINTED LATH _ - 1 1 I 1 / /) / 1 1 fi f / / 1 I 1 !F ~-i / / / 1 lQ~^ / / / / / / / / I .. % ." , r / / / r' —..de r � ! % / TOP OF CURB ,�--� ^~5--� 7 / \4,‘.--. _ — -. - 1 es:' / / / �-- - r --- _- C- •- r NO DRAUE ON RADIUS PANTS Example Curb & Gutter Stakes at Intersection K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 i- W try C] 0 0)l $TA-2I 60 1Fr,on j r0I. / CI) Ill \ 1- ...Z- \ / / / Jnu cwt.) J- CL if 6 67 ; Y •�aI 3ONN1510 ij) ,0; / s'•--,,,.,.„.. 12 I .W f C V1 'JS 3 -iLIu W -J •'r h.1 y 1-6_ m ti_Su: a.v> a L 0 6 w earn AO NOYB 0 f< aanD JO Marla �-�_ nI7v1510 'k'dl'1 ,OC I r � f10 I 11- / Orf. -.. a. 2 y O ~ f i0 •-woo 'Di?, w `j 1'')•C ?cn�;lr. ,�� <d G \ al -' 'CI H '-- CC 0 ,n d 0 o :` r'7 }s 0 6 /n - _ 1-II 0 Wtty LJ, •LP (71 0 76- W K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 26 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Date: Standard City Cut Sheet ❑ TOTAL Staking Method: 0 GPS STATION LOCATION: City Project Number: Project Name: 0 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\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 26 TA.0031.0 - 12'KL (Y.U.RTGN R111 •51A 041m - ILrwL (FLUD OW I¢GOI PRQP.I2'WATCR fie' ZTEE HZARS110Rl1. BFJVD NleCILN' PIG r Nb9171065>1 E.22963E91/92 BUC 6 10T2 5+01 nr 'a, moron raa mini Meads Gi *a.*OeYr5 tI4 RELINE EXIST. le WATER cp. Ks ser cur 114917196.55X cE.Z 26.9913 TBJI STA 05T00 - 12 /IL (FLUID DR) REMA'E & SALYASiE MST. 6ATC VA4VC & RCDOCER CORRECT TO fX/Sr.elf ATER iNSTALG 1-129111) SIFEVE I.12 X B'REDUCER h 6 47VALVE A°Gi470950958.?i0 E-?.�' 3371791 .STA 0✓1BLV- I2WL INSTAL. H I246VERT. I3EJ1D A`694I0815125 E2£96.J?.5f79 01'.•a CUT Nb'9103837W &2296.305STOO ELEV. 72350 STA046J5 • LTWL IASTNL 1-/2X 8'A'K1LY TEE HYSATE YALVE - k FIRE 1A'AWWT41-- IIIF &II tYt4YT LEAD 1-12OATE VALVE NA030D289 E•22962892338 0 it 'Altos fE LOTI sto [wen RI M. cal wail Mw..ttn R !su At • W. • 0:0t524 U,J lett etaLrrrrriirr ararat4r i iiviArmearr' .iii� i�iis�riiirirrrAr • i /rArarnaJ eaws-efllJfl enserdSIrIwa`% are Argrfnrrrssssir -Raton & SNYACrE EXIST. CUE VALYE LOT A tsu ct nOmit8rr.rarVnn Colt lnfl 1!G /f✓. • Cerdri3s1 STAOi101.0 - Izwt IPWYn DM IASTNL HZLa SOLD SLEEVE 57 LF AF I2WNLII PIPE GwA£Cr TO CXZST. /£WATER // 9kf7/1SS279 E•221S309B736 STA 06758-12'M wSTAtli I /2 45 VERT. BEAD w-9170555917 E-'6303S13 L•377' EX 6•SS-- r Al PROPOSED SANITARY SI SEE SHEET P si==Mi a — aria=�'i_42: stagy--- K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 26 9Z62•X ti ve, 1 L tttt Cf6O tw 1l3i 0'Jd ..d3 +} /1S.$t 603 .IQYW. l.'O) 1Y3432nd2d Y393S .IW.W,YS 04Y VPIY.0 = aSAVO V 3Nf7 SS 'dOfld 09 0 V1S 31/17 HO1VPY WYq 1. _1E1 `!;t EE K:\FT', _V1 I11 lIl.J WViV i V J✓V ' ' HI�i l� _ T��1` 1 •. i 1' h. 1 '11 i , la1 I ,,1 .. 1• n 7., I I 1 tllJim r lira , 1 isii 10 Li I IV II I 1 4 1 A II 1' {11 , lint -rl—;li-tfll {L I_' Vigil W•k'/ Ir: r i 1 'I 14 1 4t+t— , 9 (I, hi. 01 1 V Y V V V V V J I V L✓ r1111'v rIVI\Jtt L1., IV1 A_Survey Staking Standards.docx Page 22 of 26 J.1 V. V1� acrrment BLK 29 LOT 2 37O5:Yjf: >/,fa7 'Cal1 .:LAYTON CO ,V MT. n•/ 'FL a 2J7TER SANITARY SFT/ER SERYKE Y// C)F_MWT Ci 1/s`.N:/ RD. W. INS Con a•.1. 4 er Et Yder STAI'WJO - O'SS INC A - EXCST. STA OCO. L--snr - Ex6T. STAh704L3654 REMO/C [XIST.SSY!/ • CONSTRUCT 5 IF OF 8'SS UNE CONST.• 9 UASSYN )NCUJte cac.cazm & wi INSERT W/ CORROSION PPATECTIYY CONNECT PROP. If SS ThW) CONNECT PROP. &SS (NE&!') TO PROP.SSYN. 11•0$68(55252 £•2S255.?231 — OPIIIssiflsrteltmart 3741 �IL J WFo1Yay1 Pa.- 4V47Y7) • 1.4 ..O Or OM Vit C - why Esser St/41 RELJ/E EXIST. &' SIN. SEWER ^ar jCJ LOT 2 3704 Dtran Rf Y.Fo1•trfl OnCodattorS W.lis7S 419.303 ejAil i 0 CITY MAP NO. 2018-380, 2018-3 MAPSCO PAGE NO. 74N, S, NEN _____:..., s+1+tit: z.,..,:ra i;:_._=,,s., am 2- E==a---l� alerola IS SIM E_ ss� ir�' — in s. ...__..:----E:a�==•. n! EG ia. S. CC , �7 i- Ta 6—!u till 7 7 71 K:\FTW_Utilitiet 2400 /0'0 01__Attachment A_Survey Staking Standards.docx Page 23 of 26 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING 6946257.189 6946260.893 6946307.399 6946220.582 6946195.23 6946190.528 694 6136.012 6946002.267 6946003.056 6945984.677 694 5986.4 73 6945895.077 6945896.591 6945934.286 6945936.727 6945835.678 6945817.488 6945759.776 6945768.563 6945743.318 6945723.219 6945682.21 6945621.902 6945643.407 6945571.059 6945539.498 6945519.834 6945417.879 6945456.557 6945387.356 6945370.688 6945383.53 6945321.228 6945319.365 6945242.289 6945233.624 6945206.483 6945142.015 6945113.445 6945049.02 6945041.024 6945038.878 6945006.397 6944944.782 6944943.432 6944860.416 22960/9.165 2296062.141 2296038.306 229b011.025 2296015.116 2296022.721 2295992.115 2295919.133 2295933.418 2295880.52 2295869.892 2295860.962 2295862.188 2295841.925 2295830.441 2295799.707 2295827.011 229575R.643 2295778.424 2295788.392 2295754.394 2295744.22 2295669.471 2295736.03 2295655.195 2295667.803 2295619.49 2295580.27 2295643.145 2295597.101 2295606.793 2295610.559 2295551.105 2295539.728 2295570.715 2295544.626 2295529.305 2295557.666 2295520.335 2295527.345 2295552.675 2295552.147 2295518.135 2295520.635 2295556.479 2295534.397 ELEV. 726.09 725.668 726.85 723.358 722.123 722.325 719.448 713.331 713.652 711.662 /10.046 707.72 708.205 709.467 710.084 707.774 708.392 711.218 710.086 710.631 712.849 716.686 723.76 719.737 727.514 729.123 732.689 740.521 736.451 740.756 740.976 740.408 746.34 746.777 748.454 749.59 751.058 750.853 751.871 752.257 751.79 751.88 752.615 752.801 752.156 752.986 DESCRIPTION SSMH RIM GV RIM GV RIM SSMH RIM GV RIM FII WM RIM WM RIM CO RIM SSMH RIM WM RIM WM RIM WM RIM WM RIM CO RIM 55MH RIM SSMH RIM SSMH RIM GV RIM GV RIM GV RIM WM RIM WM RIM CO RIM SSMH RIM WM RIM WM RIM WM RIM CO RIM GV RIM GV RIM FH WM RIM CO RIM WM RIM SSMII RIM WM RIM WM RIM WM RIM SSMH RIM WM RIM WM RIM WM RIM WM RIM WM RIM SSM}I RIM VE12T cAL coo-biN/t CS (13 .A- ✓D, &$ CRLt&p.1-FrG-b .To Cot`-11 -d L. Poi 11/443 LtSTE.b 11.3 111C P L tiPS s tiO- t czpILS STPeb /Voy sL yOr�- /214 m K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Utilities\061018398-F W W D-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\O1 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 �r{j Elir.„1-1 o/40 n t ` _ n 1 .-t; ;.1 r,11 /n e Ai: r r r • I. p..-.._.� ---_..--- _ _._�_.__. _-._ ._.___•- : 0 a 3 �3 el a • 01 -1 a i L s �;� y'irg s p. %� z Y tst •• Xl 17 3, L PI A. . 3-, r i- sb R W y - L VJ Q W I. t L rl A. W Y % 'j� r, y� v Xl to C J - J - ,rI M i-``1 M n tA Ls 6 :J. 3 RJ 1 n fJ n fJ .t • l7 R1 i/ III E Z Y i•rt Lrf 9 N $sr/ ,� n M !i u f -. P {♦ YJ 0 2 1 it M tl V rJ j� i= -g V _ V \L C ,� .3 Ti c•• •v i7 / W 1= G vj Ix r : a ' C 2 Ill 14 rr r u7 wet tit 2 }j uA IS .(.: u7 of 1u" YL 2 .. :x /�r Ia m 1?j Irf fps Y W Or n 1, ljJ' .1 fl f1 9 1- 11 r k�/ r W * La ,, Ye r D4 III t• — •II on d Ai gig Y V. C r k a ;x 1 • i. E .1 ti f3 "• j F3 q A' ten T x� rh; m T n -IS . 6l rd V! W W W -4 6, W W & W WI CY• OE I` = LLyj VI ri iiZ Y ..(�11 L //���i f' iyi it yQm.1 / nj C' • as 1 yA nn r u v v -1 1• {�'e oa M ., t. a N.- P. x — 0 11 II H 1112 1 r L 43"€ V N f3 /I 4n •1w- /. •i •: — 43 fill rile r S r I3! E.CS o W . 4 ix 11 I4! Pe 4 IMI1101 0Li s r •1 N IA u • . $ C 1 iri I.• S 1 a 0 ' /•/ Yy Si i IA r; 1 11 N • W r r r rA }.;tri f M th o c r, a se int IP.' • C 0 •'' _ X T % ,1y ij cj Q esi /���• ct / yy�� a(J ..ft, I� v !} :.: 4 of ril en f.1 al T M 8III ,y M 1/1 I.f , Cl 1 ,g 1.1 24 lifg I; M U / " Ithl . ff{ .4 Pi Q 9 I- al p M 1; • g ez Z S 51' 2 • G 2 g• G. f A `ui 2 G ; : .4 G. A Z. U _ 1C1 au o r' E v V V .a.IA 1 m n gi ta Vrt N in O 171 1 �.,• 'y .y •L f. f� O .-1 .I .-1 .-. N rI /--� I. I IvIL 4 �. - 14 k• •• u• la I r- •o. CT.-. -4 :a .•i A . 1- :i :-i el • 1 K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\TM\Ph 2 100%\Div 01\01 71 23.16.O1_Attachment A_Survey Staking Standards.docx Page 26 of 26 01 74 23 - CLEANING Page I of4 1 SECTION 01 74 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 I. 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 l4 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CrfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 P120JECr DATE: MARCH 2023 017423-2 CLEANING Page 2 oC4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3 2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - AI,EDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC Revised July I, 2011 CATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 SECTION 01 77 19 CLOSEOUT REQUIREMENTS 3 PART 1- GENERAL 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 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 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 W ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 77 19- 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 1. Upon review and acceptance of Notice of Project Completion and Supporting 18 Documentation, in accordance with General Conditions, City will issue Letter of 19 Final Acceptance and release the Final Payment Request for payment. 20 3.5 REPAIR / RESTORATION [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD loR] 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 STANDARD CONSTRUCTION SPECI Revised March 22, 2021 CATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 PART1- GENERAL 1.1 SUMMARY 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 % 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017823-2 OPERATION AND MAINTENANCE DATA Paget of d. Drawings I) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of' the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CLTY OF FORT WORTH STANDARD CONSTRUCTION SPECI Revised December 20, 2012 CATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017823-3 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 fill 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESfSIDE IV 992ANSMISSION MAIN - ALEDO I2D Fro WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures I) 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 INOT 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 017823-5 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE MARCH 2023 PART1- GENERAL 1.1 SUMMARY SECTION 01 78 39 PROJECT RECORD DOCUMENTS 017839-1 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 FOIaT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WS1V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the fir al 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CPT' PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 lob 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. I) 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 wavers 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 FORI' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 01 78 39 - 4 PROJECT RECORD DOCUMENTS 3.5 3.6 3.7 3.8 3.9 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, REPAIR / RESTORATION [NOT USED] RE -INSTALLATION [NOT USED] FIELD loR] SITE QUALITY CONTROL [NOT USED] SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CTTY PROJECT NO. 103292-3 PROJECT DATE: MARCII 2023 1 2 3 PART1- GENERAL 4 11 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 033000-I CAST -IN -PLACE CONCRETE Page 1 of26 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 1. Concrete vaults for meters and valves 17 1. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Added 2.2 K 2: Added PVC material to Waterstops section. 20 2. Added 2.2 K 3:Added Hydrophilic material to Waterstops section. 21 3. Modified 2 2 P 2 a: Modified minimum compressive strength. 22 4. Added 2 2 P 3: Added concrete mixture for concrete fill within structures. 23 5. Added 2.2 P 4: Added concrete mixture for mud/seal slabs. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 — General Requirements 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Cast -in -Place Concrete 29 1. Measurement 30 a. This Item is considered subsidiary to the structure or Items being placed. 31 2. Payment 32 a. The work performed and the materials furnished in accordance with this Item 33 are subsidiary to the structure or Items being placed and no other compensation 34 will be allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Cementitious Materials 38 a. Portland cement alone or in combination with 1 or more of the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CTTY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 26 1 1) Blended hydraulic cement 2 2) Fly ash 3 3) Other pozzolans 4 4) Ground granulated blast -furnace slag 5 5) Silica fume 6 b. Subject to compliance with the requirements of this specification 7 B. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. American Association of State Highway and Transportation (AASHTO): 12 a. M182, Burlap Cloth Made from Jute or Kenaf. 13 3. American Concrete InstihRe (ACI): 14 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 15 b. ACI 301 Specifications for Structural Concrete 16 c. ACI 305.1 Specification for Hot Weather Concreting 17 d. ACI 306.1 Standard Specification for Cold Weather Concreting 18 e. ACI 308.1 Standard Specification for Curing Concrete 19 f. ACI 318 Building Code Requirements for Structural Concrete 20 g. ACI 347 Guide to Formwork for Concrete 21 4. American Institute of Steel Construction (AISC): 22 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 23 5. ASTM International (ASTM): 24 a. A36, Standard Specification for Carbon Structural Steel. 25 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 26 Hardware. 27 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 28 Materials for High -Temperature Service and Other Special Purpose 29 Applications. 30 d. A6I5, Standard Specification for Deformed and Plain Carbon -Steel Bars for 31 Concrete Reinforcement. 32 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 33 Concrete Reinforcement. 34 f C31, Standard Practice for Making and Curing Concrete Test Specimens in the 35 Field. 36 g. C33, Standard Specification for Concrete Aggregates. 37 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 38 Specimens. 39 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 40 Beams of Concrete. 41 j. C94, Standard Specification for Ready -Mixed Concrete. 42 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 43 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 44 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 45 m. C 171, Standard Specification for Sheet Materials for Curing Concrete. 46 n. C150, Standard Specification for Portland Cement. 47 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 26 1 p. C2I9, Standard Terminology Relating to Hydraulic Cement. 2 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 3 Pressure Method. 4 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 5 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 6 Curing Concrete. 7 t. C494, Standard Specification for Chemical Admixtures for Concrete. 8 u. C595, Standard Specification for Blended Hydraulic Cements 9 v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 10 Pozzolan for Use in Concrete. 11 w. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 12 Concrete. 13 x. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 14 Use in Concrete and Mortars. 15 y. C1017, Standard Specification for Chemical Admixtures for Use in Producing 16 Flowing Concrete. 17 z. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 18 Concrete. 19 as C1064, Standard Test Method for Temperature of Freshly Mixed I-Iydraulic- 20 Cement Concrete. 21 bb. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 22 cc. E1155, Standard Test Method for Determining FE Floor Flatness and FL Floor 23 Levelness Numbers. 24 dd. F436, Standard Specification for Hardened Steel Washers. 25 6. American Welding Society (AWS). 26 a. D 1.1, Structural Welding Code - Steel. 27 b. D1.4, Structural Welding Code - Reinforcing Steel. 28 7. Concrete Reinforcing Steel Institute (CRSI) 29 a. Manual of Standard Practice 30 8. Texas Department of Transportation 31 a. Standard Specification for Construction and Maintenance of Highways, Streets 32 and Bridges 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Work Included 35 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 36 including shoring, reshoring, falsework, bracing, proprietary forming systems, 37 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 38 blockouts, sleeves, pockets and accessories. 39 a. Erection shall include installation in formwork of items furnished by other 40 trades. 41 2. Furnish all labor and materials required to fabricate, deliver and install 42 reinforcement and embedded metal assemblies for cast -in -place concrete, including 43 steel bars, welded steel wire fabric, ties, supports and sleeves. 44 3. Furnish all labor and materials required to perform the following: 45 a. Cast -in -place concrete 46 b. Concrete mix designs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CrrY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 26 c. Grouting 2 1.5 SUBMITTALS 3 A. Submittals shall 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. Required for each type of product indicated 9 B. Design Mixtures 10 1. For each concrete mixture submit proposed mix designs in accordance with AC1 I I 318, chapter 5. 12 2. Submit each proposed mix design with a record of past performance. 13 3. Submit alternate design mixtures when characteristics of materials, Project condi- 14 tions, weather, test results or other circumstances warrant adjustments. 15 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 16 a. Include this quantity on delivery ticket. 17 C. Steel Reinforcement Submittals for Information 18 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 19 ical analysis. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Manufacturer Qualifications 24 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 25 plies with ASTM C94 requirements for production facilities and equipment 26 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 27 Concrete Production Facilities" 28 B. Source Limitations 29 1. Obtain each type or class of cementitious material of the same brand from the same 30 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 31 1 source from a single manufacturer. 32 C. ACI Publications 33 1. Comply with the following unless modified by requirements in the Contract Docu- 34 ments: 35 a. ACI 301 Sections 1 through 5 36 b. ACI117 37 D. Concrete Testing Service 38 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised March 11, 2022 WES'I'SIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCI 12023 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 26 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART2- PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 I. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form -Facing Materials 23 I. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 'A -inch x 3A-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. I{erfed for ease of form removal 32 4. Form -Release Agent 33 a. Commercially formulated form -release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, formulate with rust inhibitor. 37 5. Form Ties 38 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 39 plastic form ties designed to resist lateral pressure of fresh concrete on forms 40 and to prevent spalling of concrete on removal. DTI OP PORI' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD'I'O WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCIl 2023 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 26 1 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 2 of exposed concrete surface. 3 c. Furnish ties that, when removed, will leave holes no Larger than 1 inch in 4 diameter in concrete surface. 5 d. Furnish ties with integral water -barrier plates to walls indicated to receive 6 dampproofing or waterproofing. 7 C. Steel Reinforcement 8 1. Reinforcing Bars 9 a. ASTM A615, Grade 60, deformed 10 D. Reinforcement Accessories 11 1. Smooth Dowel Bars 12 a. ASTM A615, Grade 60, steel bars (smooth) 13 b. Cut bars true to length with ends square and free of burrs. 14 2. Bar Supports 15 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 16 reinforcing bars and welded wire reinforcement in place 17 b. Manufacture bar supports from steel wire, plastic or precast concrete according 18 to CRSI's "Manual of Standard Practice," of greater compressive strength than 19 concrete and as follows: 20 1) For concrete surfaces exposed to view where legs of wire bar supports 21 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 22 Class 2 stainless -steel bar supports. 23 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 24 concrete blocks on bottom where base material will not support chair legs 25 or where vapor barrier has been specified. 26 E. Embedded Metal Assemblies 27 1. Steel Shapes and Plates: ASTM A36 28 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 29 Stud Welding Division or approved equal 30 F. Expansion Anchors 31 1. Available Products 32 a. Wej-it Bolt, Wei -it Corporation, Tulsa, Oklahoma 33 b. Kwuk Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 34 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 35 G. Adhesive Anchors and Dowels 36 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 37 into hardened concrete or grout -filled masonry. 38 a. The adhesive system shall use a 2-component adhesive mix and shall be 39 injected with a static mixing nozzle following manufacturer's instructions. 40 b. The embedment depth of the rod shall provide a minimum allowable bond 41 strength that is equal to the allowable yield capacity of the rod, unless otherwise 42 specified. 43 2. Available Products 44 a. Hilti HIT HY 200 45 b. Simpson Acrylic -Tie CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE MARCH 2023 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 26 1 c. Powers Fasteners AC 100+ Gold 2 3. Threaded Rods: ASTM A193 3 a. Nuts: ASTM A563 hex carbon steel 4 b. Washers: ASTM F436 hardened carbon steel 5 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 6 H. Inserts 7 1. Provide metal inserts required for anchorage of materials or equipment to concrete 8 construction where not supplied by other trades: 9 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 10 adjustable wedge inserts of malleable cast iron complete with bolts, forts and 11 washers. 12 1) Provide 3/4-inch bolt size, unless otherwise indicated. 13 b. In horizontal concrete surfaces and whenever inserts are subject to tension 14 forces, provide threaded inserts of malleable cast iron furnished with full depth 15 bolts. 16 1) Provide 3/4-inch bolt size, unless otherwise indicated. 17 I. Concrete Materials 18 1. Cementitious Material 19 a. Use the following cementitious materials, of the salve type, brand, and source, 20 throughout Project: 21 1) Portland Cement 22 a) ASTM C150, Type I/II, gray 23 b) ASTM C595, Type IL cement 24 c) Supplement with the following: 25 (1) Fly Ash 26 (a) ASTM C618, Class C or F 27 (2) Ground Granulated Blast -Furnace Slag 28 (a) ASTM C989, Grade 100 or 120. 29 2) Silica Fume 30 a) ASTM C1240, amorphous silica 31 3) Normal -Weight Aggregates 32 a) ASTM C33, Class 3S coarse aggregate or better, graded 33 b) Provide aggregates from a single source. 34 4) Maximum Coarse -Aggregate Size 35 a) 3/4-inch nominal 36 5) Fine Aggregate 37 a) Free of materials with deleterious reactivity to alkali in cement 38 6) Water 39 a) ASTM C94 and potable 40 J. Admixtures 41 1. Air -Entraining Admixture 42 a. ASTM C260 43 2. Chemical Admixtures 44 a. Provide admixtures certified by manufacturer to be compatible with other ad- 45 mixtures and that will not contribute water-soluble chloride ions exceeding 46 those permitted in hardened concrete. CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 I, 2022 \ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST cry PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 26 1 b. Do not use calcium chloride or admixtures containing calcium chloride. 2 c. Water -Reducing Admixture 3 1) ASTM C494, Type A 4 d. Retarding Admixture 5 1) ASTM C494, Type B 6 c. Water -Reducing and Retarding Admixture 7 1) ASTM C494, Type D 8 f. High -Range, Water -Reducing Admixture 9 1) ASTM C494, Type F 10 g. High -Range, Water -Reducing and Retarding Admixture 11 1) ASTM C494, Type G 12 h. Plasticizing and Retarding Admixture 13 1) ASTM C1O17, Type II 14 K. Waterstops 15 1. Self -Expanding Butyl Strip Waterstops 16 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 17 bentonite or other hydrophilic polymers, for adhesive bonding to concrete,'/<- 18 inch x 1-inch. 19 b. Available Products 20 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 21 2) Concrete Sealants Inc.; Conseal CS-231 22 3) Greenstreak; Swellstop 23 4) Henry Company, Sealants Division; Hydro -Flex 24 5) JP Specialties, Inc.; Earthshield Type 20 25 6) Progress Unlimited, Inc.; Superstop 26 7) TCMiraDRI; Mirastop 27 2. Polyvinyl Chloride: 28 a. Material Requirements: 29 1) Waterstops shall be extruded from an elastomeric polyvinyl chloride com- 30 pound containing the plasticizers, resins, stabilizers, and other materials 31 necessary to meet the requirements of these Specifications and the require- 32 ments of CRD-0572. No reclaimed or scrap material shall be used. 33 2) Tensile strength of finished waterstop: 1,400 psi, minimum. 34 3) Ultimate elongation of finished waterstop: 280 percent, minimum. 35 4) Minimum thickness shall be 3/8-inch. 36 5) Waterstops shall be provided with a minimum of seven ribs equally spaced 37 at each end on each side. The first rib shall be at the edge. Ribs shall be a 38 minimum of 1/8-inch in height. 39 b. Construction Joints: Waterstops shall be centerbulb ribbed type and 6-inches 40 minimum in width, unless shown otherwise. 41 c. Expansion Joints: Waterstops shall be centerbulb ribbed type and 9-inches 42 minimum in width, unless shown otherwise. The centerbulb shall have a mini- 43 mum outside diameter of 7/8-inch. 44 d. Available manufacturers: 45 1) Vinylex. 46 2) Greenstreak Plastic Products Company 47 3. Hydrophilic Waterstop Materials 48 a. General Material Properties: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 26 1 1) Hydrophilic waterstop materials shall be bentonite-free and shall expand by 2 a minimum of 80 percent of dry volume in the presence of water to form a 3 watertight joint seal without damaging the concrete in which it is cast. 4 Provide only where indicated in the Contract Documents. 5 2) The material shall be composed of resins and polymers which absorb water 6 and cause an increase in volume in a completely reversible and repeatable 7 process. The waterstop material shall be dimensionally stable after repeat- 8 ed wet -dry cycles with no deterioration of swelling potential. 9 3) Select materials which are recommended by the manufacturer for the type 10 of liquid to be contained. 11 b. Hydrophilic Waterstop: 12 1) The minimum cross -sectional dimensions shall be 3-16-inch by aA-inch. 13 2) Product and Manufacturer: Provide on of the following: 14 a) Duroseal Gasket, by BBZ USA, Inc. 15 b) Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. 16 c) Hydrotite, by Greenstreak Plastic Products Company. 17 c. Hydrophilic Sealant: 18 1) The hydrophilic sealant shall adhere firmly to concrete, metal and PVC in 19 dry or damp condition. When cured it shall be elastic indefinitely. 20 2) Product and Manufacturer: Provide one of the following: 21 a) Duroseal Paste, by BBZ USA, Inc. 22 b) Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. 23 c) Hydrotite, by Greenstreak Plastic Products Company. 24 d) SikaSwell S, by Sika Corporation. 25 d. Hydrophilic Injection Resin: 26 1) Hydrophilic injection resin shall be aerylate-ester based. The viscosity 27 shall be Less than 50 cps. The resin shall be water soluble in its uncured 28 state, solvent free and non -water reactive. In the cured state it shall fonn a 29 solid hydrophilic flexible material which is resistant to permanent water 30 pressure and shall not attach bitumen, joint sealants or concrete. 31 2) Product and Manufacturer: Provide one of the following: 32 a) Duroseal Inject 1IU2K, by BBZ USA, Inc. 33 b) Sika Injection 29, by Sika Corporation. 34 L. Curing Materials 35 1. Absorptive Cover 36 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 37 approximately 9 ounces/square yard when dry 38 2. Moisture -Retaining Cover 39 a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 40 3. Water 41 a. Potable 42 4. Clear, Waterborne, Membrane -Forming Curing Compound 43 a. ASTM C309, Type 1, Class B, dissipating 44 b. Available Products 45 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 46 2) Burke by Edoco; Aqua Resin Cure 47 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 26 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufinan Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc ; 1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C88I, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate regrets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of regret to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-11 CAST -IN -PLACE CONCRETE Page 11 of26 1 I) Product of underlayment manufacturer recommended for substrate, condi- 2 tions, and application 3 d. Aggregate 4 I) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C109/C109M 9 2. Repair Overlayment 10 a. Cement -based, polymer -modified, self -leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 I) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than Portland ce- 46 ment or Portland -Limestone cement in concrete as follows, unless specified 47 otherwise: 48 1) Fly Ash: 25 percent CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCII 2023 033000 -12 CAST -IN -PLACE CONCRETE Page 12 of 26 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast -Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 4 Slag: 50 percent 5 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 6 cent 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 10 cent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica finite not exceeding 10 percent 14 3. Limit water-soluble, chloride -ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water -reducing high -range water -reducing or plasticizing admixture in 25 concrete, as required, for placement and workability. 26 d. Use water -reducing and retarding admixture when required by high 27 temperatures, low humidity or other adverse placement conditions. 28 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 29 industrial slabs and parking structure slabs, concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f Use corrosion -inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 34 I-Iighways, Streets, and Bridges" for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal -weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 4,500 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high -range water -reducing admixture or plasticizing 43 admixture, plus or minus 1 inch 44 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 3. Proportion concrete mixture for concrete fill within structures as follows: 47 a. Minimum Compressive Strength: 3,500 psi at 28 days. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000 -13 CAST -IN -PLACE CONCRETE Page 13 of 26 1 b. Maximum Water-Cementitious Materials Ratio: 0.50. 2 c. Slump Limit: 4 inches or 8 inches for concrete with verified slump of 2 to 4 3 inches before adding high -range water -reducing adminture or plasticizing ad- 4 mixture, plus or minus 1 inch. 5 d. Air Content: 6 percent plus or minus 1.5 percent at point of delivery for 3/4- 6 inch nominal maximum aggregate size. 7 4. Proportion concrete mixture for mud and seal slabs as follows: 8 a. Minimum Compressive Strength: 2,000 psi at 28 days 9 b. Maximum Water-Cementitious Materials Ratio: none. 10 c. Slump Limit: none. 11 d. Air Content: none. 12 e. Coarse Aggregate: Any size that meets ASTM C33. 13 Q. Fabricating Reinforcement 14 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 15 R. Fabrication of Embedded Metal Assemblies 16 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 17 punching. Holes shall not be made by or enlarged by burning. Welding shalt be in 18 accordance with AWS D1.1. 19 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 20 All other metal assemblies shall be either hot dip galvanized or painted with an 21 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 22 installed in accordance with the manufacturer's instructions. Repair painted 23 assemblies after welding with same type of paint. 24 S. Concrete Mixing 25 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 26 ASTM C94, and furnish batch ticket information. 27 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 28 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 29 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 30 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 31 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 32 batch machine mixer. 33 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 34 minutes, but not more than 5 minutes after ingredients are in mixer, before any 35 part of batch is released. 36 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 37 seconds for each additional 1 cubic yard. 38 c. Provide batch ticket for each batch discharged and used in the Work, indicating 39 Project identification name and number, date, mixture type, mixture time, 40 quantity, and amount of water added. Record approximate location of final 41 deposit in structure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March l 1, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD'1'O \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 26 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Formwork 9 L. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 10 support vertical, lateral, static, and dynamic loads, and construction loads that might t I be applied, until structure can support such loads. 12 2. Construct formwork so concrete members and structures are of size, shape, 13 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 14 a. Vertical alignment 15 1) Lines, surfaces and arises Tess than 100 feet in height - 1 inch. 16 2) Outside corner of exposed corner columns and control joints in concrete 17 exposed to view Tess than 100 feet in height - 1/2 inch. 18 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 19 height but not more than 6 inches. 20 4) Outside comer of exposed corner columns and control joints in concrete 21 exposed to view greater than 100 feet in height - 1/2000 times the height 22 but not more than 3 inches. 23 b. Lateral alignment 24 1) Members - 1 inch. 25 2) Centerline of openings 12 inches or smaller and edge location of larger 26 openings in slabs - 1/2 inch. 27 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 28 c. Level alignment 29 1) Elevation of slabs -on -grade - 3/4 inch. 30 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 31 inch. 32 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 33 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 34 and thickness of walls and slabs. 35 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 36 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 37 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 38 e. Relative alignment 39 1) Stairs 40 a) Difference in height between adjacent risers - 1/8 inch. 41 b) Difference in width between adjacent treads - 1/4 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I1, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJEC r DATE: MARCH 2023 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of26 1 c) Maximum difference in height between risers in a flight of stairs - 3/8 2 inch. 3 d) Maximum difference in width between treads in a flight of stairs - 3/8 4 inch. 5 2) Grooves 6 a) Specified width 2 inches or Tess - 1/8 inch. 7 b) Specified width between 2 inches and 12 inches - 1/4 inch. 8 3) Vertical alignment of outside corner of exposed corner columns and control 9 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 10 4) All other conditions - 3/8 inch in 10 feet. 11 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 12 as follows: 13 a. Class B, 1/4 inch for smooth -formed finished surfaces. 14 b. Class C, 1/2 inch for rough -formed finished surfaces. 15 4. Construct forms tight enough to prevent loss of concrete mortar. 16 5. Fabricate forms for easy removal without hammering or prying against concrete 17 surfaces. Provide crush or wrecking plates where stripping may damage cast 18 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 19 horizontal to 1 vertical. 20 a. Install keyways, reglets, recesses, and the like, for easy removal. 21 b. Do not use rust -stained steel form -facing material. 22 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 23 required elevations and slopes in finished concrete surfaces. Provide and secure 24 units to support screed strips; use strike -off templates or compacting -type screeds. 25 7. Construct formwork to cambers shown or specified on the Drawings to allow for 26 structural deflection of the hardened concrete. Provide additional elevation or 27 camber in formwork as required for anticipated formwork deflections due to weight 28 and pressures of concrete and construction loads. 29 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 30 caps, walls, and columns straight and to the lines and grades specified. Do no earth 31 form foundation elements unless specifically indicated on the Drawings. 32 9. Provide temporary openings for cleanouts and inspection ports where interior area 33 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 34 securely braced to prevent loss of concrete mortar. Locate temporary openings in 35 forms at inconspicuous locations. 36 10. Chamfer exterior corners and edges of permanently exposed concrete. 37 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 38 bulkheads required in the Work. Determine sizes and locations from trades 39 providing such items. 40 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 41 sawdust, dirt, and other debris just before placing concrete. 42 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 43 leaks and maintain proper alignment. 44 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 45 written instructions, before placing reinforcement, anchoring devices, and 46 embedded items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 \ESTSIDE IV'rRANSMISSION MAIN —ALEDO RD TO \SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 26 1 a. Do not apply form release agent where concrete surfaces are scheduled to 2 receive subsequent finishes which may be affected by agent. Soak contact 3 surfaces of untreated forms with clean water. Keep surfaces wet prior to 4 placing concrete. 5 B. Embedded Items 6 1. Place and secure anchorage devices and other embedded items required for 7 adjoining work that is attached to or supported by cast -in -place concrete. Use 8 setting drawings, templates, diagrams, instructions, and directions furnished with 9 items to be embedded. 10 a. Install anchor rods, accurately located, to elevations required and complying 11 with tolerances in AISC 303, Section 7.5. 12 1) Spacing within a bolt group: 1/8 inch 13 2) Location of bolt group (center): y2 inch 14 3) Rotation of bolt group: 5 degrees 15 4) Angle off vertical: 5 degrees 16 5) Bolt projection: f 3/8 inch 17 b. Install reglets to receive waterproofing and to receive through -wall flashings in 18 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 19 shelf angles, and other conditions. 20 C. Removing and Reusing Forms 21 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 22 compressive strength. 23 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 24 Work that does not support weight of concrete may be removed after cumulatively 25 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 26 concrete is hard enough to not be damaged by form -removal operations and curing 27 and protection operations are maintained. 28 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 29 that supports weight of concrete in place until concrete has achieved at least 70 30 percent of its 28-day design compressive strength. 31 b. Do not remove formwork supporting conventionally reinforced concrete until 32 concrete has attained 70 percent of its specified 28 day compressive strength as 33 established by tests of field cured cylinders. In the absence of cylinder tests, 34 supporting formwork shall remain in place until the concrete has cured at a 35 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 36 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 37 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 38 listed time period. Formwork for 2-way conventionally reinforced slabs shall 39 remain in place for at least the minimum cumulative time periods specified for 40 1-way slabs of the same maximum span. 41 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 42 removal. Reshores shall remain until the concrete has attained the specified 28 43 day compressive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000 -17 CAST -IN -PLACE CONCRETE Page 17 of 26 d. Minimum cumulative curing times may be reduced by the use of high -early 2 strength cement or forming systems which allow form removal without 3 disturbing shores, but only after the Contractor has demonstrated to the 4 satisfaction of the Engineer that the early removal of forms will not cause 5 excessive sag, distortion or damage to the concrete elements. 6 e. Completely remove wood forms. Provide temporary openings if required. 7 f. Provide adequate methods of curing and thermal protection of exposed concrete 8 if forms are removed prior to completion of specified curing time. 9 g. Reshore areas required to support construction loads in excess of 20 pounds per 10 square foot to properly distribute construction loading. Construction loads up I I to the rated live load capacity may be placed on unshored construction provided 12 the concrete has attained the specified 28 day compressive strength. 13 h. Obtaining concrete compressive strength tests for the purposes of fonn removal l4 is the responsibility of the Contractor. 15 i. Remove forms only if shores have been arranged to permit removal of forms 16 without loosening or disturbing shores. 17 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, l8 delaminated, or otherwise damaged form -facing material will not be acceptable for 19 exposed surfaces. Apply new form -release agent. 20 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 2 t close Joints. Align and secure Joints to avoid offsets. Do not use patched forms for 22 exposed concrete surfaces unless approved by Engineer. 23 D. Shores and Reshores 24 1. The Contractor is solely responsible for proper shoring and reshoring. 25 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 26 and reshoring. 27 a. Do not remove shoring or reshoring until measurement of slab tolerances is 28 complete. 29 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 30 Locate and provide adequate reshoring to support construction without excessive 31 stress or deflection. 32 E. Steel Reinforcement 33 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 34 reinforcement. 35 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 36 before placing concrete. 37 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 38 materials that would reduce bond to concrete. 39 3. Accurately position, support, and secure reinforcement against displacement. 40 Locate and support reinforcement with bar supports to maintain minimum concrete 41 cover. Do not tack weld crossing reinforcing bars. 42 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 43 conforming to ASTM A706 may be welded. 44 4. Installation tolerances 45 a. Top and bottom bars in slabs, girders, beams and joists: 46 I) Members 8 inches deep or less: ±3/8 inch CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 \ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000 -18 CAST -IN -PLACE CONCRETE Page 18 of 26 1 2) Members more than 8 inches deep: +1/2 inch 2 b. Concrete Cover to Formed or Finished Surfaces: +3/8 inches for members 8 3 inches deep or less; f1/2 inches for members over 8 inches deep, except that 4 tolerance for cover shall not exceed 1/3 of the specified cover. 5 5. Concrete Cover 6 a. Reinforcing in structural elements deposited against the ground: 3 inches 7 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 8 c. Grade beams and exterior face of formed walls and columns exposed to 9 weather or in contact with the ground: 2 inches 10 d. Interior faces of walls: 1 inches 11 e. Slabs: 3/4 inches 12 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 13 with ACI 318 for minimum lap of spliced bars where not specified on the 14 documents. Do not lap splice no. 14 and 18 bars. 15 7. Field Welding of Embedded Metal Assemblies 16 a. Remove all paint and galvanizing in areas to receive field welds. 17 b. Field Prepare all areas where paint or galvanizing has been removed with the l8 specified paint or cold galvanizing compound, respectively. 19 F. Joints 20 1. General: Construct joints true to line with faces perpendicular to surface plane of 21 concrete. 22 2. Construction Joints: Install so strength and appearance of concrete are not 23 impaired, at locations indicated or as approved by Engineer. 24 a. Place Joints perpendicular to main reinforcement. Continue reinforcement 25 across construction joints, unless otherwise indicated. Do not continue 26 reinforcement through sides of strip placements of floors and slabs. 27 b. Form keyed joints as indicated. Embed keys at least I-1/2 inches into concrete. 28 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 29 Offset Joints in girders a minimum distance of twice the beam width from a 30 beam -girder intersection. 31 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 32 beams, and girders and at the top of footings or floor slabs. 33 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 34 with walls, near corners, and in concealed locations where possible. 35 f. Use a bonding agent at locations where fresh concrete is placed against 36 hardened or partially hardened concrete surfaces. 37 3. Doweled Joints: Install dowel bars and support assemblies at joints where 38 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 39 bonding to 1 side of Joint. 40 G. Waterstops 41 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 42 form a continuous diaphragm. Install in longest lengths practicable. Support and 43 protect exposed waterstops during progress of the Work. Field fabricate joints in 44 waterstops according to manufacturer's written instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN -- ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 26 1 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 2 locations indicated, according to manufacturer's written instructions, adhesive 3 bonding, mechanically fastening, and firmly pressing into place. Install in longest 4 lengths practicable. 5 H. Adhesive Anchors 6 1. Comply with the manufacturer's installation instructions on the hole diameter and 7 depth required to fully develop the tensile strength of the adhesive anchor or 8 reinforcing bar. 9 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 10 loose material from the hole, prior to installing adhesive material. I 1 I. Concrete Placement 12 I. Before placing concrete, verify that installation of formwork, reinforcement, and 13 embedded items is complete and that required inspections have been performed. 14 2. Do not add water to concrete during delivery, at Project site, or during placement 15 unless approved by Engineer. 16 3. Before test sampling and placing concrete, water may be added at Project site, 17 subject to limitations of ACI 301. 18 a. Do not add water to concrete after adding high -range water -reducing 19 admixtures to mixture. 20 b. Do not exceed the maximum specified water/cement ratio for the mix. 21 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 22 that no new concrete will be placed on concrete that has hardened enough to cause 23 seams or planes of weakness. If a section cannot be placed continuously, provide 24 construction joints as indicated. Deposit concrete to avoid segregation. 25 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 26 pressures, 15 feet maximum and in a manner to avoid inclined construction 27 joints. 28 b. Consolidate placed concrete with mechanical vibrating equipment according to 29 ACI 301. 30 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 31 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 32 layer and at least 6 inches into preceding layer. Do not insert vibrators into 33 lower layers of concrete that have begun to lose plasticity. At each insertion, 34 limit duration of vibration to time necessary to consolidate concrete and 35 complete embedment of reinforcement and other embedded items without 36 causing mixture constituents to segregate. 37 d. Do not permit concrete to drop freely any distance greater than 10 feet for 38 concrete containing a high range water reducing admixture (superplasticizer) or 39 5 feet for other concrete. Provide chute or tremie to place concrete where longer 40 drops are necessary. Do not place concrete into excavations with standing 41 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 42 with its outlet near the bottom of the place of deposit. 43 e. Discard pump priming grout and do not use in the structure. 44 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 45 within limits of construction joints, until placement of a panel or section is 46 complete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 26 1 a. Consolidate concrete during placement operations so concrete is thoroughly 2 worked around reinforcement and other embedded items and into corners. 3 b. Maintain reinforcement in position on chairs during concrete placement. 4 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 5 d. Slope surfaces uniformly to drains where required. 6 e. Begin initial floating using bull floats or darbies to form a uniform and open- 7 textured surface plane, before excess bleedwater appears on the surface. Do not 8 filmier disturb slab surfaces before starting finishing operations. 9 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 10 concrete work from physical damage or reduced strength that could be caused by 11 frost, freezing actions, or low temperatures. 12 a. When average high and low temperature is expected to fall below 40 13 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 14 temperature within the temperature range required by ACI 301. 15 b. Do not use frozen materials or materials containing ice or snow. Do not place 16 concrete on frozen subgrade or on subgrade containing frozen materials. 17 c. Do not use calcium chloride, salt, or other materials containing antifreeze 18 agents or chemical accelerators unless otherwise specified and approved in 19 mixture designs. 20 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 21 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 22 placement. Chilled mixing water or chopped ice may be used to control 23 temperature, provided water equivalent of ice is calculated to total amount of 24 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 25 b. Fog -spray forums, steel reinforcement, and subgrade just before placing 26 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 27 dry areas. 28 J. Finishing Formed Surfaces 29 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 30 with tie holes and defects repaired and patched. Remove fins and other projections 31 that exceed specified limits on formed -surface irregularities. 32 a. Apply to concrete surfaces not exposed to public view. 33 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 34 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 35 texture matching adjacent formed surfaces. Continue final surface treatment of 36 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 37 indicated. 38 K. Miscellaneous Concrete Itenms 39 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 40 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 41 specified, to blend with in -place construction. Provide other miscellaneous 42 concrete filling indicated or required to complete the Work. 43 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 44 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 45 corners, intersections, and terminations slightly rounded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD 'r0 WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000 -21 CAST -IN -PLACE CONCRETE Page 21 of 26 1 3. Equipment Bases and Foundations: Provide machine and equipment bases and 2 foundations as shown on Drawings. Set anchor bolts for machines and equipment 3 at correct elevations, complying with diagrams or templates from manufacturer 4 furnishing machines and equipment. 5 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 6 #3@l6 inches on center set at middepth of pad. Trowel concrete to a dense, 7 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 8 during pouring of concrete fill. 9 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 10 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 11 L. Concrete Protecting and Curing 12 1. General: Protect freshly placed concrete from premature drying and excessive cold 13 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 14 ACI 305.1 for hot -weather protection during curing. 15 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 16 supported slabs, and other similar surfaces. If forms remain during curing period, 17 moist cure after loosening forms. If removing forms before end of curing period, 18 continue curing for the remainder of the curing period. 19 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 20 unformed surfaces, including floors and slabs, concrete floor toppings, and other 21 surfaces. 22 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 23 methods: 24 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 25 with the following materials: 26 I) Water 27 2) Continuous water -fog spray 28 3) Absorptive cover, water saturated, and kept continuously wet. Cover 29 concrete surfaces and edges with 12-inch lap over adjacent absorptive 30 covers 31 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 32 retaining cover for curing concrete, placed in widest practicable width, with 33 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 34 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 35 during curing period using cover material and waterproof tape. 36 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 37 receive floor coverings. 38 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 39 receive penetrating liquid floor treatments. 40 3) Cure concrete surfaces to receive floor coverings with either a moisture- 41 retaining cover or a curing compound that the manufacturer certifies will 42 not interfere with bonding of floor covering used on Project. 43 G. Curing Compound: Apply uniformly in continuous operation by power spray 44 or roller according to manufacturer's written instructions. Recoat areas 45 subjected to heavy rainfall within 3 hours after initial application. Maintain 46 continuity of coating and repair damage during curing period. WESTSIDE IV T12ANSM[SSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 l 3.5 REPAIR 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 26 2 A. Concrete Surface Repairs 3 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 4 Remove and replace concrete that cannot be repaired and patched to Engineer's 5 approval. 6 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 7 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 8 water for handling and placing. 9 3. Repairing Formed Surfaces: Surface defects include color and texture 10 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fors and other 11 projections on the surface, and stains and other discolorations that cannot be 12 removed by cleaning. 13 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 14 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 15 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 16 with water, and brush -coat holes and voids with bonding agent. Fill and 17 compact with patching mortar before bonding agent has dried. Fill form -tie 18 voids with patching mortar or cone plugs secured in place with bonding agent. 19 b. Repair defects on surfaces exposed to view by blending white portland cement 20 and standard portland cement so that, when dry, patching mortar will match 21 surrounding color. Patch a test area at inconspicuous locations to verify 22 mixture and color match before proceeding with patching. Compact mortar in 23 place and strike off slightly higher than surrounding surface. 24 c. Repair defects on concealed formed surfaces that affect concretes durability 25 and structural performance as determined by Engineer. 26 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 27 for finish and verify surface tolerances specified for each surface. Correct low and 28 high areas. Test surfaces sloped to drain for trueness of slope and smootlmess; use 29 a sloped template. 30 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 31 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 32 or that penetrate to reinforcement or completely through unreinforced sections 33 regardless of width, and other objectionable conditions. 34 b. After concrete has cured at least 14 days, correct high areas by grinding. 35 c. Correct localized low areas during or immediately after completing surface 36 finishing operations by cutting out low areas and replacing with patching 37 mortar. Finish repaired areas to blend into adjacent concrete. 38 d. Repair defective areas, except random cracks and single holes 1 inch or less in 39 diameter, by cutting out and replacing with fresh concrete. Remove defective 40 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 41 inch clearance all around. Dampen concrete surfaces in contact with patching 42 concrete and apply bonding agent. Mix patching concrete of same materials 43 and mixture as original concrete except without coarse aggregate. Place, 44 compact, and finish to blend with adjacent finished concrete. Cure in same 45 manner as adjacent concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJEC I' DATE: MARCH 2023 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 26 1 e. Repair random cracks and single holes 1 inch or less in diameter with patching 2 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 3 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 4 bonding agent. Place patching mortar before bonding agent has dried. 5 Compact patching mortar and finish to match adjacent concrete. Keep patched 6 area continuously moist for at least 72 hours. 7 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 8 adhesive and patching mortar 9 6. Repair materials and installation not specified above may be used, subject to 10 Engineer's approval. 11 3.6 12E-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 14 inspecting agency to perform field tests and inspections and prepare test reports. 15 B. Inspections 16 1. Steel reinforcement placement 17 2. Headed bolts and studs 18 3. Verification of use of required design mixture 19 4. Concrete placement, including conveying and depositing 20 5. Curing procedures and maintenance of curing temperature 21 6. Verification of concrete strength before removal of shores and forms from beams 22 and slabs 23 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 24 according to ASTM C172 according to the following requirements: 25 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 26 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 27 each additional 50 cubic yard or fraction thereof. 28 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 29 not less than 1 test for each day's pour of each concrete mixture. Perform additional 30 tests when concrete consistency appears to change. 31 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 32 each composite sample, but not less than 1 test for each day's pour of each concrete 33 mixture. 34 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 35 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 36 test for each composite sample. 37 5. Compression Test Specimens: ASTM C31. 38 a. Cast and laboratory cure 4 cylinders for each composite sample. 39 1) Do not transport field cast cylinders until they have cured for a 40 mininnun of 24 hours. 41 6. Compressive -Strength Tests: ASTM C39; 42 a. Test 1 cylinder at 7 days. 43 b. Test 2 cylinders at 28 days. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 I, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033000-24 CAST -IN -PLACE CONCRETE Page 24 of 26 1 c. Hold 1 cylinder for testing at 56 days as needed. 2 7. When strength of field -cured cylinders is less than 85 percent of companion 3 laboratory -cured cylinders, evaluate operations and provide corrective procedures 4 for protecting and curing in -place concrete. 5 8. Strength of each concrete mixture will be satisfactory if every average of any 3 6 consecutive compressive -strength tests equals or exceeds specified compressive 7 strength and no compressive -strength test value falls below specified compressive 8 strength by more than 500 psi. 9 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 10 within 48 hours of testing. Reports of compressive -strength tests shall contain 11 Project identification name and number, date of concrete placement, name of 12 concrete testing and inspecting agency, location of concrete batch in Work, design 13 compressive strength at 28 days, concrete mixture proportions and materials, 14 compressive breaking strength, and type of break for both 7- and 28-day tests. 15 10. Additional Tests: Testing and inspecting agency shall make additional tests of 16 concrete when test results indicate that slump, air entrainment, compressive 17 strengths, or other requirements have not been met, as directed by Engineer. 18 Testing and inspecting agency may conduct tests to determine adequacy of concrete 19 by cored cylinders complying with ASTM C42 or by other methods as directed by 20 Engineer. 21 a. When the strength level of the concrete for any portion of the structure, as 22 indicated by cylinder tests, falls below the specified requirements, provide 23 improved curing conditions and/or adjustments to the mix design as required to 24 obtain the required strength. If the average strength of the laboratory control 25 cylinders falls so low as to be deemed unacceptable, follow the core test 26 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 27 approved by the Engineer. Core sampling and testing shall be at Contractors 28 expense. 29 b. If the results of the core tests indicate that the strength of the structure is 30 inadequate, any replacement, load testing, or strengthening as may be ordered 31 by the Engineer shall be provided by the Contractor without cost to the City. 32 11. Additional testing and inspecting, at Contractor's expense, will be performed to 33 determine compliance of replaced or additional work with specified requirements. 34 12. Correct deficiencies in the Work that test reports and inspections indicate does not 35 comply with the Contract Documents. 36 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 37 hours of finishing. 38 E. Concrete Finish Measurement and Tolerances 39 1. All floors are subject to measurement for flatness and levelness and comply with 40 the following: 41 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 42 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 43 both directions, lapping straightedge 3 feet on areas previously checked. Low 44 spots shall not exceed the above dimension anywhere along the straightedge. 45 Flatness shall be checked the next work day after finishing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO AVSIV EST CITY PROJECT NO. 103292-3 PROJEC r DATE: MARCH 2023 CAST -IN 03 30 00 - 25 ACE CONCRETE Page 25 of 26 1 b. Slabs shall be level within a tolerance oft 1/4 inch in 10 feet, not to exceed 3/4 2 inches total variation, anywhere on the floor, from elevations indicated on the 3 Drawings. Levelness shall be checked on a 10 foot grid using a level after 4 removal of forms. 5 c. Measurement Standard: All floors are subject to measurement for flatness and 6 levelness, according to ASTM E1155. 7 2. 2 Tiered Measurement Standard 8 a. Each floor test section and the overall floor area shall conform to the 2-tiered 9 measurement standard as specified herein. 10 I) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample 12 (line of measurements) anywhere within the test area. 13 2) Specified Overall Value: The specified overall FF/FL values represent the 14 minimum values acceptable for individual floor sections as well as the floor 15 as a whole. 16 3. Floor Test Sections 17 a. A floor test section is defined as the smaller of the following areas: 18 I) The area bounded by column and/or wall lines 19 2) The area bounded by construction and/or control joint lines 20 3) Any combination of column lines and/or control joint lines 21 b. Test sample measurement lines within each test section shall be 22 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 23 spacing to be determined by the City's testing agency. 24 c. The precise layout of each test section shall be determined by the City's testing 25 agency. 26 4. Concrete Floor Finish Tolerance 27 a. The following values apply before removal of shores. Levelness values (FL) do 28 not apply to intentionally sloped or cambered areas, nor to slabs poured on 29 metal deck or precast concrete. 30 1) Slabs 31 Overall Value FF45/FL30 32 Minimum Local Value FF30/FL20 33 5. Floor Elevation Tolerance Envelope 34 a. The acceptable tolerance envelope for absolute elevation of any point on the 35 slab surface, with respect to the elevation shown on the Drawings, is as follows: 36 1) Slab -on -Grade Construction: ±3/4 inch 37 2) Top surfaces of formed slabs measured prior to removal of supporting 38 shores: ± % inch 39 3) Top surfaces of all other slabs: + 3/4 inch 40 4) Slabs specified to slope shall have a tolerance from the specified slope of 41 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 42 any point. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 I, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \SIV EST cry PROJECT NO. 103292-3 PROJECT DATE MARCH 2023 03 30 00 - 26 CAST -IN -PLACE CONCRETE Page 26 of 26 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Defective Work 5 1. Imperfect or damaged work or any material damaged or determined to be defective 6 before final completion and acceptance of the entire Job shall be satisfactorily re- 7 placed at the Contractor's expense, and in conformity with all of the requirements of 8 the Drawings and Specifications. 9 2. Perform removal and replacement of concrete work in such manner as not to impair 10 the appearance or strength of the structure in any way. 11 B. Cleaning 12 1. Upon completion of the work remove from the site all forms, equipment, protective 13 coverings and any rubbish resulting therefrom. 14 2. After sweeping floors, wash floors with clean water. 15 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% 3/ 1 1/2022 Zelalem Arega 1.3.B.5.t., 2.2.I.1., 2.2.0.2, - Added ASTM C595 — Type IL cement CITY OF FORT WORT/1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth on the PMB/TRT Land 7 Investors property south of Aledo Rd and 6-inch depth on the Walsh property 8 north of Aledo Rd unless otherwise shown on 7 the Drawings within the Roadway 9 Right -of ways (Roadway ROW includes 8 medians and parkways between the curb 10 and property line. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modify L1.A.1. 13 2. Modify 3.4.A.3. 14 C. Related Specification Sections include but are not necessarily limited to 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 21 2. Payment 22 a. The work performed and materials furnished in accordance with this Item and 23 measured as provided under "Measurement" will be paid for at the unit price 24 bid per cubic yard of in place/tamped Topsoil. 25 b All excavation required by this Item in cut sections shall be measured in 26 accordance with provisions for the various excavation items involved with the 27 provision that excavation will be measured and paid for once, regardless of the 28 manipulations involved. 29 3. The price bid shall include: 30 a. Furnishing Topsoil 31 b. Loading 32 c. Hauling 33 d. Placing 34 1.3 REFERENCES [NOT USED] 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 ACTION SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 7 2.2 MATERIALS 8 A. Topsoil 9 1. Use easily cultivated, fertile topsoil that: 10 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 11 soil materials, loots, stumps or stones larger than 1.0 inches 12 b. Has a high resistance to erosion 13 c. Is able to support plant growth 14 2. Secure topsoil from approved sources. 15 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 16 available upon request. 17 4. pH:5.5to8.5. 18 5. Liquid Limit: 50 or less 19 6. Plasticity Index: 20 or Tess 20 7. Gradation: maximum of 10 percent passing No. 200 sieve 21 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 22 of vegetation 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Finishing of Parkways 31 1. Smoothly shape parkways, shoulders, slopes, and ditches. 32 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 33 adjacent to the roadway. 34 3. In the event that unsuitable material for right-of-ways is encountered, extend the 35 depth of excavation in the right-of-ways 6 inches and backfill with minimum 3 36 inches 6 inches of top soil. 37 4. Make standard parkway grade perpendicular to and draining to the curb line. 38 a. Minimum: 1/4 inch per foot Cfr, OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 32 91 19 -3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 b. Maximum: 4:1 2 c. City may approve variations from these requirements in special cases. 3 5. Whenever the adjacent property is lower than the design curb grade and runoff 4 drains away from the street, the right-of-ways grade must be set level with the top 5 of the curb. 6 6. The design grade from the parkway extends to the back of the walk line. 7 8 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 9 B. Placing of Topsoil 10 1. Spread the topsoil to a uniform loose cover at the thickness specified. 11 2. Place and shape the topsoil as directed. 12 a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or 13 other accepted method) and finish a minimum of 5 feet from all flatwork. 14 b. Ensurc topsoil is free from objectionable material including subsoil, weeds, 15 clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches 16 c. No additional topsoil should be added within the critical root zone of trees. 17 3. Tamp the topsoil with a light roller or other suitable equipment. 18 3.5 REPAIR/RESTORATION] [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 Revision Log NAME SUMMARY OF CHANGE DATE 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV ES'f CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3292133-I NATIVE AND WILDFLOWER SEEDING Page 1 of 6 SECTION 32 92 13.3 NATIVE GRASS AND WILDFLOWER SEEDING PART1- GENERAL 1.1 SUMMARY A.Section Includes: 1. Furnishing and installing native grass and wildflower seeding as shown on Drawings, or as directed. B.Deviations from this City of Fort Worth Standard Specification I. None. C.Related Specification Sections include, but are not necessarily limited to: I. 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 I) 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 W ES7SIDE IV TRANSMISSION MAIN — ALEDO RD TO WS IV EST SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3292133 -2 NATIVE AND WILDFLOWER SEEDING Page 2 of 6 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A.Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type ofseed(s) 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within twelve (12) months of the seeding date. 4. Each seed shall be supplied in a separate, labeled container for acceptance by the City. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.The Developer/ Contractor who plants material is responsible for the supervision of his crews, the site, and the maintenance of the material until the project is accepted by the City. B. Wildflowers or native grasses are not to be planted within ten (10) feet of a road or parking lot or within three (3) feet of a walkway OR as shown on drawings OR as directed by City. C.Do not use mulch. D.Do not use fertilizer on wildflower plantings (encourages weeds). 1.10 DELIVERY, STORAGE, AND HANDLING A. Seed 1. Native grass or wildflower seed to be locally sourced if possible. Seed shall be harvested from within a 200 mile radius within the state. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B.Fertilizer, if required based on soils testing 1. Do not use fertilizer with wildflower seeding (encourages weeds) 2. Provide unopened bags labeled with the analysis. 3. Conform to Texas fertilizer law. 4. Provide to City certification rate for which fertilizer was applied. 5. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WS IV EST SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3292133-3 NATIVE AND WILDFLOWER SEEDING Page 3 of 6 1.11 FIELD [SITE] CONDITIONS A.Grading of site and installation of topsoil must be approved by City prior to application of seed 1.12 WARRANTY A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days from germination. PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A.Materials I. 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 (Sotgaslru;n halapense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem 4. Sandbur (Cenchnts spinifex) 5. Invasive Spring Forbs b. Wildflower Seed (as noted on drawings) I) 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. Bernmdagrass (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 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD To WS IV EST SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3292133-4 NATIVE AND WILDFLOWER SEEDING Page 4 of 6 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A.AII trucks or devices used to distribute wildflower or native grass seed to be free of any seed identified in section 2.2 A.1.a.2 3 2 EXAMINATION A.Examination of grading by City prior to installation of seed. 3.3 PREPARATION A.Surface Preparation: clear surface of all material including the following and dispose of off -site or as directed by City: 1. Stumps, stones, and other objects larger than 1-inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Scarify subgrade or till as needed 1. Scarify subgrade to a depth of2-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 IV TRANSMISSION MAIN — ALEDO RD TO WS IV EST SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3292133 -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 I -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 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. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WS IV EST SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3292133 -6 NATIVE AND WILDFLOWER SEEDING Page 6 of 6 a. Seeded area must have 70 percent growth to a minimum height of 3-inches. 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. Rel ection 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] CITY OF FORT WORTH SPECIFICATION DOCUMENTS END OF SECTION WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WS IV EST CI IY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330132-I CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 1 of 3 I SECTION 33 01 32 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 OF WATER TRANSMISSION MAINS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section hrcludes: 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 1.8 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 33 01 32 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post -CCTV submittals 4 1. 2 copies of CCTV video results on DVD of 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 3. Do not move camera at a speed greater than 30 feet per minute. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7 8 9 330132-3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 3 of 3 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or lodged debris. 6. Pan and tilt the camera to provide additional detail at: a. Joints b. Outlets c. Valves d. Visible pipe defects such as cracked lining, obstructions or debris 10 7. Provide accurate distance measurement. 1 l a. The meter device is to be accurate to the nearest 1/10 foot. 12 8. CCTV inspections are to be continuous. 13 a. Do not provide a single segment of main in more than one file. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [oai SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING 20 A. Upon completion of CCTV activities, remove lodged debris and remedy any defects 21 found in the water transmission main prior to hydrostatic testing, disinfection, or 22 bacteriological testing in accordance with Section 33 04 40. 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO 103292-3 Revised March 25, 2022 PROJEC I' DATE: MARCH 2023 1 2 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of8 SECTION 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of: 7 a. Concrete cylinder pipe 8 b. Dielectrically coated steel pipe 9 c. Ductile iron pipe, as required on Drawings 10 2. Electrical isolation devices for installation at: 11 a. Connections to existing piping 12 b. Cased crossings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Updated for project specific requirements 15 C. Related Specificatio I Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. When a pay item for Cathodic Protection exists: 23 a. Measurement 24 I) This Item is subsidiary to Cathodic Protection construction. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 are subsidiary to the lump sum price bid for "Cathodic Protection" for each 28 material of utility pipe bid, and no other compensation will be allowed. 29 2. When a pay item for Cathodic Protection does not exist: 30 a. Measurement 31 1) Measurement for this Item is by lump sum. 32 b. Payment 33 I) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the 35 lump sum price bid for "Joint Bonding and Electrical Isolation". 36 3. The price bid shall include: 37 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 38 the Drawings 39 b. Mobilization 40 c. Excavation 41 d. Furnishing, placement, and compaction of backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MA12CH 2023 33 04 10 -2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 l e. Field welding 2 f. Connections 3 g. Adjustments 4 h. Testing 5 i. Clean-up 6 j. Start-up/Commissioning 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. ASTM International (ASTM). 13 3. American Water Works Association (AWWA): 14 a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 15 4. NACE International (NACE). 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS 18 A. Submittals shall be in accordance with Section 01 33 00. 19 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 20 specials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Product Data 23 1. Manufacturer's catalog cut sheets shall be submitted for each item. 24 a. Include the manufacturer's name and provide sufficient information to show 25 that the materials meet the requirements of the Contract Documents for: 26 1) Flange Isolation 27 2) Bonding Clips for Concrete Cylinder Pipe 28 3) Thermite welding materials 29 4) Bond Wire 30 5) Weld Caps 31 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 32 identify the item proposed. 33 B. Test and Evaluation Reports 34 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the 35 City for approval prior to backfilling. 36 2. Record results for bonded joint testing and submit to City for approval prior to 37 backfilling. 38 3. Record results for the continuity test for casing to carrier pipe and submit to the 39 City for approval prior to backfilling. CITY OF FORYI' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN—ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 1.7 CLOSEOUT SUBMITTALS 2 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 3 shall be submitted to the City. 4 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 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 I I 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the protect 14 include, but are not limited to, the following: 15 1. Electrical continuity bonds 16 2. Flange isolation assemblies 17 3. Casing spacers 18 4. Casing end seals 19 B. Electrical Continuity Bonds 20 1. Applications for Electrical Continuity Bonding include the following: 21 a. Bonding across bolted joint assemblies 22 b. Bonding across gasketedjoint assemblies 23 c. Bonding across bell & spigot joint assemblies 24 2. Thermite Weld Materials 25 a. Charges and Molds- Thermite molds and charges shall be used. Charges and 26 mold size shall be as specified by Erico, Thermoweld or approved equal, for the 27 specific surface configuration. 28 3. Weld Caps/Coating Weld Coating- 29 a. Coating for welds shall be Kop-Coat as manufactured by Carboline or Royston 30 Handy Caps (caps prefilled with mastic) or approved equal 31 b. Weld Cap- The coated weld shall be covered with a plastic weld cap. 32 4. Bond Wire 33 a. Bond wire shall be 7 stranded copper cable, #2 AWG with THHN insulation, 34 minimum length 18" per bond. 35 C. Flange Isolation CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 04 10 -4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1 1. Required applications of dielectric flange isolation assemblies include, but are not 2 limited to, selected locations where new piping is mechanically connected to 3 existing piping. Isolation at the connection to Phase 1 of the pipeline should be 4 existing as part of the prior project. This isolation shall be maintained and repaired 5 if required as this project is completed. 6 2. Gasket 7 a. Isolating and seal gasket 8 b. G-10 Epoxy Glass material 9 c. Full face 10 d. 1/8-inch thickness 11 e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. 12 f. NSF 61 certified 13 g. A minimum of 800 volts/mil dielectric strength is required. 14 h. Flange shall seal for the test pressure without leaking. 15 3. Sleeves 16 a. Provide full length mylar sleeves. 17 4. Washers 18 a. Provide double G-10 washer sets. 19 D. Casing Spacers 20 1. For piping installed in tunnels or cased crossings, install casing spacers between the 21 piping and the casing or tunnel liner to provide electrical isolation in accordance 22 with Section 33 05 24. 23 E. Casing End Seals 24 1. See Section 33 05 24 for casing end seals. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. Preparation of Concrete Pipe for Bonding 32 1. General 33 a. Fabrication 34 1) Use concrete pipe for this project that has been fabricated in such a manner 35 as to establish electrical continuity between metallic components of pipe 36 and joints. 37 b. Acceptable Methods 38 1) Establish electrical continuity as indicated in the Contract Documents. 39 2. Criteria for Electric Continuity 40 a. Tensile Wire CITY OF FORT WORTEI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 2 between any wire and steel joint ring at end of pipe farthest from that wire. 3 2) Manufacturer is to report values obtained and method of measurement. 4 b. Internal Pipe Joint Components 5 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 6 any component and steel pipe cylinder. 7 3. Tensile Wire Continuity 8 a. Establish continuity between tensile wire coils and steel cylinder on embedded 9 cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal 10 mild steel straps during pipe manufacture. 11 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 12 pipe. 13 1) These straps must maintain electrical continuity between metallic 14 components. 15 c. Use steel straps made of mild steel and free of grease, mill scale or other high 16 resistance deposits. 17 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 18 fasteners of suitable dimensions placed between steel cylinder and longitudinal 19 straps. 20 1) Connect fasteners so as to remain intact during pipe fabrication process. 21 4. Steel Cylinder Continuity 22 a. Establish continuity of all joint components and steel cylinder. 23 1) These components include anchor socket brackets, anchor socket, spigot 24 ring and bell ring. 25 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 26 between components, tack weld component to provide electrical continuity. 27 B. Preparation of Steel Pipe for Bonding 28 1. Bonding wires are not required for welded steel pipe. 29 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 30 as shown on the Drawings. 31 C. Preparation of Ductile Iron Pipe for Bonding 32 I. Install insulated bond wires as shown on the Drawings. 33 D. Electrical Bond Wires 34 1. Electrical bond wires are to be a minimum No. 2 AWG, 7 stranded, copper cable 35 with THHN insulation. 36 2. Remove 1 inch of insulation from each end of the bond wire. 37 3. Thermite weld the bond wires to the pipeline. 38 4. Provide the minimum number of bond wires as shown on Drawings for steel or 39 ductile iron pipe. 40 E. Electrical Bond Clip 41 1. Weld 3 ASTM A36 steel bonding clips, each approximately 0.13 inches thick, 2.5 42 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 43 of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed 44 joints. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VES 1SIDE IV TRANSMISSION MAIN — ALEDO RI) TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 1 2. Manufacture clips to maintain continuity regardless of small deflections of finished 2 Joints. 3 3.4 INSTALLATION 4 A. Installation of Electrical Continuity Bonds by Thermite Welding 5 1. Inspection 6 a. Use continuous bond wires with no cuts or tears in the insulation covering the 7 conductor. 8 2. General 9 a. Attach bond wires at required Locations by thermite welding process. 10 3. Thermite Welding Methods 11 a. Perform thermite welding of bond wires to piping in the following manner: 12 1) Clean and diy pipe to which the wires are to be attached. 13 2) Use grinding wheel or file to remove all coating, mill scale, oxide, grease 14 and dirt from an area approximately 3 inches square. 15 a) Grind surface to bright metal. 16 3) Remove approximately 1 inch of insulation from each end of wire to be 17 thermite welded to pipe exposing clean, oxide -free copper for welding. 18 4) Select proper size thermite weld mold as recommended by manufacturer. 19 Place wire or strap between graphite mold and the prepared metal surface. 20 5) Place metal disk in bottom of mold. 21 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 22 spread ignition powder over charge. 23 7) Close mold cover and ignite starting powder with flint gun. 24 8) After exothermic reaction, remove thermite weld mold and gently strike 25 weld with a hammer to remove weld slag. 26 9) Pull on wire or strap to assure a secure connection. 27 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 28 11) If the weld is secure, coat all bare metal and weld metal with weld coating 29 and protective cap. 30 4. Post -Installation Thermite Weld Inspection 31 a. Contractor is responsible for all testing. 32 b. All testing is to be performed by or under the supervision of certified NACE 33 personnel. 34 c. Visually examine each thermite weld connection for strength and suitable 35 coating prior to backfilhng. 36 d. Measure resistance through selected bonded Joints with a digital low resistance 37 ohmmeter (DLRO). 38 1) Resistance of 0.001 ohms or less is acceptable. 39 2) If the above procedure indicates a poor quality bond connection, reinstall 40 the bond. 41 3) Record results and submit to the City for approval prior to backfill ng. 42 5. Backfilling of Bonded Joints 43 a. Perform backfilling of bonded piping in manner that prevents damage to the 44 bonds and all connections to the metallic structures. 45 b. Use appropriate backfill material to completely cover the electrical bond. 46 c. Provide protection so that future construction activities in the area will not 47 destroy the bonded connections. 48 d. If construction activity damages a bonded connection, install new bond wire. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1 B. Installation of Pipeline Flange Isolation Devices 2 1. Placement 3 a. Install isolation Joints at the locations shown on the Drawings. 4 2. Assembly 5 a. Place gasket, sleeves and washers as recommended by the manufacturer. 6 b. Follow manufacturer's recommendations for even tightening to proper torque. 7 3. Testing 8 a. Immediately after an electrical isolation fitting has been installed, contact the 9 City to perform testing for electrical isolation effectiveness. 10 4. Painting 11 a. Do not use metal base paints on electrical isolation devices. 12 5. Encapsulation 13 a. Encapsulate below -grade isolation Joints with the Denso Densyl Tape system 14 after the isolation Joint has been tested for effectiveness. 15 C. Installation of Casing Spacers 16 1. Casing spacers shall be installed in accordance with Section 33 05 24. 17 D. Installation of End Seals 18 1. End seals shall be installed in accordance with Section 33 05 24. 19 3.5 REPAIR / RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL 22 A. Testing of Joint Continuity Bonds and Isolation Joints 23 1. After the completion of the continuity bonding of individual joints, but before the 24 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 25 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 26 portable 12-volt battery and a driven ground rod. The battery shall be connected 27 such that the positive terminal is connected to the ground rod and the negative 28 terminal is connected to the pipe section under test. The magnitude of test current is 29 not important as long as it causes a change in pipe -to -soil potential on the section of 30 pipe that is in the test current circuit. 31 3. The pipe -to -soil potential shall be measured on each side of the isolation Joint using 32 a high impedance voltmeter and portable copper/copper sulfate reference electrode 33 with the test current "on" and "off'. 34 4. A joint is considered electrically continuous if the "on" and "off' potentials are the 35 same on either side of the joint under test. 36 5. This same procedure shall be used to test individual isolation Joints except that the 37 joint is considered effective if the pipe -to -soil potential is not the same when 38 measured on each side of the Joint when the test current is `on". 39 6. Record results and submit in accordance with this Specification. 40 B. Casing to Carrier Pipe Isolation Tests 41 1. Immediately after the pipe has been installed in the casing, but prior to connecting 42 the line, make pipe available for testing and contact the City to perform an electrical 43 continuity test to determine that the casing is electrically isolated from the pipeline. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 wESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 or8 1 2. The continuity test shall be fully documented and approved by the City prior to 2 backfilling. 3 3. Record results and submit in accordance with this Specification. 4 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 5 shall be immediately investigated and the situation remedied. 6 5. Under no circumstances shall a shorted casing be backfilled. 7 3.8 SYS FEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] l 1 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 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJEC I' DATE: MARCH 2023 1 2 3 PART1- GENERAL 330411-1 CORROSION CONTROL TEST STATIONS Page of 7 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Test station materials and installation requirements, as shown on the Drawings, at: 7 a. Foreign pipeline crossings 8 b. Cased crossings 9 c. Below -grade pipeline electrical isolation joints 10 d. Magnesium anode bed locations 11 2. Required applications of corrosion control test stations include locations where 12 future testing is anticipated for the following reasons: 13 a. Testing to determine the effectiveness of the installed Cathodic Protection 14 systems and to allow for startup adjustments 15 b. Testing to determine interference effects from and on adjacent or crossing 16 foreign underground structures 17 c. Testing to determine sources and magnitude of stray DC currents and required 18 mitigative measures 19 d. Periodic monitoring to determine status of existing Cathodic Protection 20 systems, stray current and foreign line influence 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. Updated for project specific requirements 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 25 Contract 26 2. Division 1 -- General Requirements 27 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Measurement 31 a. This Item is considered subsidiary to the Cathodic Protection construction. 32 2. Payment 33 a. The work performed and the materials furnished in accordance with this Item 34 are subsidiary to the lump sum price bid for "Cathodic Protection" for each 35 material of utility pipe bid, and no other compensation will be allowed. 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJEC r DATE: MARCH 2023 3304II-2 CORROSION CONTROL TEST STATIONS Page of 1 2. NACE International (NACE). 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Submit product data for all components of the Corrosion Control Test Stations. 10 Data submitted shall include: 11 a. Test Station 12 b. Wiring 13 c. Splicing materials 14 d. Thermite weld materials 15 e. Weld coatings 16 1.7 CLOSEOUT SUBMITTALS 17 A. Structure -to -soil potential data shall be submitted to the City t 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Certifications 21 1. Provide manufacturer's certifications that all components of the corrosion control 22 system meet the requirements of the Contract Documents. 23 a. The certification shall reference the applicable Section of the Specifications and 24 the applicable standard details. 25 B. Inspection 26 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 27 during, installation. 28 C. Drawings 29 1. The drawings for the corrosion control test stations are diagrammatic and shall not 30 be scaled for exact locations, unless scales are explicitly stated on the specific 31 drawing. 32 2. Field conditions, conflicts with other utilities or mechanical and structural features 33 shall determine exact locations. 34 3. Contractor shall note other existing utilities in the area and during excavation, shall 35 not damage these utilities. 36 4. Any damaged utilities shall be repaired to the satisfaction of the City at the 37 Contractor's expense. 38 1.10 DELIVERY, STORAGE, AND HANDLING 39 A. Delivery CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330411-3 CORROSION CONTROL TEST STATIONS Page3 of7 1 1. Coordinate the delivery of test station materials. 2 B. Storage and Handling Requirements 3 1. Secure and maintain a location to store the material in accordance with Section 01 4 66 00. 5 C. Packaging Waste Management 6 1. Dispose of waste materials properly and remove from job site after installation is 7 complete. 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS l l 2.1 OWNER -FURNISHED lot] OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Flush Mount Test Stations 14 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 15 on the Drawings. 16 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott 17 Manufacturing Company or approved equal. 18 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 19 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 20 iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved 21 equal. 22 5. Install a marker sign adjacent to all flush -mounted test stations. 23 B. Above -Grade (Pole Mount) Test Stations 24 1. At test station locations where flush mounted structures cannot be installed, or 25 where stated on Drawings, an above -grade pole mount test station shall be used, 26 and placed such that possible damage from vandalism, traffic, etc. is minimized. 27 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott 28 Manufacturing or approved equal. 29 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter 30 UV -resistant plastic conduit. 31 4. The test station shall be installed adjacent to a permanent structure, if available, for 32 physical protection. 33 a. If exposed to traffic, provide a frangible base for test station. 34 5. The interior of the test station conduit shall be filled with Portland cement concrete 35 after the installation of the test and bond wires. 36 6. The test station conduit shall be installed with a 12 inch diameter concrete 37 foundation as shown on the Drawings. 38 C. Permanent Reference Electrodes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 2 membrane ceramic cell in a geomembrane package as manufactured by Corrpro 3 Companies, Inc. or approved equal. 4 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 5 suitable length to attach to the terminal board of the test station. 6 D. Test Station Lead Wires 7 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as 8 shown on the Drawings. 9 2. insulation type shall be color coded based upon connection to underground 10 structures. 11 a. Protected pipeline: white 12 b. Foreign structures: red 13 c. Steel casings: yellow 14 d. Permanent reference cells: blue 15 e. Anode header cable: black (HMWPE) 16 f. Unprotected or existing pipeline: black (HMWPE) 17 3. Test station lead wires shall be terminated on the test station terminal board 18 utilizing crimped on solderless ring terminals. 19 4. All terminal boards shall be wired by the installer as shown on the Drawings. 20 E. Thermite Weld Equipment 21 I. Charges and Molds 22 a. Weld charges and mold size shall be specified by the manufacturer for the 23 specific surface configuration. 24 b. Use only the correct charges for the specific application. 25 c. Welding charges and molds shall be Erica, Cadweld or Continental Industries 26 Thermoweld. 27 2. Weld Caps/Coating Weld Coating- 28 a. Coating for welds shall be Kop-Coat as manufactured by Carboline or Royston 29 Handy Caps (caps prefilled with mastic) 30 b. Weld Cap- The coated weld shall be covered with a plastic weld cap. 31 c. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 APPLICATION / INSTALLATION 39 1. Install test stations at each of the locations scheduled on the Drawings. At a 40 mininuun, test stations are required at each of the following locations: 41 a. At all major underground metallic pipeline crossings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 330411-5 CORROSION CONTROL PEST STATIONS Page 5 of 7 1 b. At all cased crossings and tunnels (both ends) 2 c. At all underground isolation flanges 3 d. At all magnesium anode ground bed locations 4 B. General 5 1. Install test stations at locations indicated on Drawings. 6 a. If a flush mounted test station is not feasible in a particular location, then an 7 above -grade test station may be used, subject to approval by the City or its 8 designated representative. 9 2. Use continuous test station lead wires without cuts or tears in the insulation. 10 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. 11 a. If the pipe is installed under a road, place the test station at the curb for easy 12 access. 13 4. Attach test lead wires to the pipe by therniite welding. 14 5. Attach test wires to the pipe prior to backfilling. 15 6. Use color coded test wires as indicated on the Contract Documents. 16 7. Wire test station terminal board configurations as shown on the Drawings. 17 8. At foreign pipeline crossing test stations: 18 a. Notify the owners of the pipeline and obtain permission before the test leads are 19 connected to their pipeline. 20 b. The foreign pipeline owner should have a representative present. 21 c. Contractor shall not install lead wires or bond wires on foreign pipelines. 22 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 23 document owner's refusal and install potential test station on water main. 24 e. Document the owner's contact name, phone number, email address and date of 25 contact. 26 f. Submit documentation to the City or its designated representative. 27 C. Flush -Mount Test Stations 28 1. Install as shown on the Drawings. 29 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 30 and to prevent damage to the leads during backfilling. 31 a. Additional slack shall be left to allow for withdrawal of the terminal board a 32 minimum of 18 inches above the top of the precast concrete traffic box for test 33 purposes. 34 3. Install with permanent copper sulfate reference electrodes where indicated on the 35 Drawings. 36 a. Install permanent reference electrode approximately 6 inches from the pipe. 37 b. Compact native soil by hand around the electrode. 38 c. The balance of the backfill shall be select granular backfill material. 39 d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 40 4. Set test stations installed outside areas of permanent paving materials in a Portland 41 cement concrete pad. 42 a. The concrete pad shall be a minimum of 24 inches square and no less than 6 43 inches thick. 44 D. Above -Grade (Pole Mount) Test Stations 45 1. Install above -grade test stations where indicated on Drawings. COPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN —ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE MARCII 2023 330411-6 CORROSION CONTROL TEST STATIONS Page of 1 2. Use and location of above -grade test stations shall be approved by the City or its 2 designated representative. 3 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if 4 available, for physical protection. 5 4. Coil sufficient slack beneath the test station to allow for soil settlement and to 6 prevent damage to the leads during backfilling. 7 5. Pour a 12 inch diameter concrete foundation around the test station conduit as 8 shown on Drawings. 9 E. Test Lead Wire Attachment 10 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and 11 ductile iron pipelines as shown on Drawings. 12 2. The pipe to which the wires are to be attached shall be clean and dry. 13 3. When connecting directly to the pipe, use a grinding wheel or file to remove all 14 coating, mill scale, oxide, grease and dirt from an area approximately 3 inches 15 square. 16 a. Grind the surface to bright metal. 17 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 18 insulation removed from each end, exposing clean, oxide -free copper for welding. 19 5. Using the proper size thermite weld mold as recommended by the manufacturer, 20 place the wire between the graphite mold and the prepared metal surface. 21 a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller 22 wires. 23 6. Place the metal disk in the bottom of the mold. 24 7. Pour the thermite weld charge into the mold. 25 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 26 9. Close the mold cover and ignite the starting powder with a flint gun. 27 10. After the exothermic reaction, remove the thermite weld mold and gently strike the 28 weld with a hammer to remove the weld slag. 29 11. Pull on the wire to assure a secure connection. 30 12. If the weld is not secure or the wire breaks, repeat the procedure. 31 13. If the weld is secure, coat all bare metal and weld metal with bitumastic coating and 32 protective cap. 33 F. Post InstallationBackfilhngofTestStation— LeadWires 34 1. Protect test station wires to prevent damage to the wire insulation and conductor 35 integrity during backfilling. 36 2. After completion of the backfilling of the test wires to the pipe, verify the 37 connection by measuring and recording a pipe -to -soil potential. 38 3. Replace any test wire found to have a high resistance connection. 39 3.5 REPAIR / RESTORATION [NOT USED] 40 3.6 RE -INSTALLATION [NOT USED) 41 3.7 FIELD QUALITY CONTROL 42 A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 1 B. Materials or installation work not conforming to the requirement of this Specification 2 shall be replaced or repaired to the City's satisfaction. 3 C. Damaged or missing test station components shall be replaced by equal components. 4 3.8 SYSTEM STARTUP 5 A. Commissioning 6 1. Native state structure -to -soil potentials shall be acquired along the water main and 7 submitted to the City. 8 B. Method 9 1. Measure native state structure -to -soil potentials along the water line using a 10 portable reference electrode at the following locations: 11 a. Each test station 12 b. Above grade pipeline appurtenances 13 c. Test stations on foreign pipelines crossing or parallel to the water main. 14 2. Verify that all electrical isolation devices are operating properly including flange 15 isolators and casing spacers. 16 C. Contractor is responsible for all testing. 17 D. All testing is to be done by or under the supervision of certified NACE personnel. 18 E. Record results and submit in accordance with this Specification. 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE 24 A. Refer to Section 33 04 12. 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.D.2 — revised insulation color coding CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD To WSIV EST CCTV PROJECT NO. 103292-3 PROJEC I' DATE: MARCH 2023 2 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. 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 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 05 26 — Utility Markers/Locators 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measure 25 a. Measurement for this Item shall be by lump sum and shall include joint 26 bonding, electrical isolation, and corrosion control test stations. 27 2. Payment: 28 a. The work performed and materials furnished in accordance with this Item shall 29 be paid for at the lump sum price bid for "Cathodic Protection" for each 30 material of utility pipe bid. 31 3. The price bid shall include: 32 a. Mobilization 33 b. Anode groundbeds 34 c. Anode test stations 35 d. Excavation 36 e. Furnishing, placement, and compaction of backfill 37 f. Field welding 38 g. Connections 39 h. Adjustments 40 1. Testing 41 j. Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 \ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 04 12 -2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 k. Start-up/Commissioning 2 1.3 REFERENCES 3 A. Abbreviations and Acronyms 4 1. AWG: American Wire Gauge 5 2. CSE: Copper/Copper Sulfate Reference Electrode 6 3. HMWPE: High Molecular Weight Polyethylene 7 B. Definitions 8 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 9 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 10 3. Cathode: The electrode of an electrochemical cell at which reduction is the 11 principal reaction. 12 4. Cathodic Polarization: The change of electrode potential in the negative direction 13 caused by direct current (DC) flow across the electrodc/electrolyte interface. 14 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 15 making that surface the cathode of an electrochemical cell. 16 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction 17 with its environment. 18 7. Contractor's Corrosion Control Engineer: NACE certified, licensed engineer in the 19 state of Texas, employed by a Corrosion Engineering Firm. 20 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 21 installation and testing on behalf of the Contractor. 22 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 23 System. 24 10. Current: Flow of electric charge. 25 11. Electrode: A conductor used to establish contact with an electrolyte and through 26 which current is transferred to or from an electrolyte. 27 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 28 (i.e., soil or water). 29 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 30 under Cathodic Protection. 31 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 32 less active (more noble) when electrically coupled in an electrolyte. 33 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 34 current. 35 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the 36 electrolyte that is measured with reference to an electrode in contact with the 37 electrolyte. 38 17. Polarized Potential: The potential across the structure/electrolyte interface that is 39 the sum of the free corrosion potential and the cathodic polarization 40 18. Reference Electrode: An electrode whose open -circuit potential is constant under 41 similar conditions of measurement and is used to measure the relative potentials of 42 other electrodes 43 19. Stray Current: Current flow through paths other than the intended circuit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN—ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH2O23 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 l 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. 2 C. Reference Standards 3 1. NACE International (NACE). 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery. 8 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 9 A. Product Data 10 1. Submit product data for all components of the Cathodic Protection System. Data 11 submitted shall include: 12 a. Anodes 13 b. Anode Test Stations 14 c. Wiring l5 d. Splicing Materials 16 e. Thermite Weld Materials 17 f. Weld Coatings 18 1.7 CLOSEOUT SUBMITTALS 19 A. The results of all testing procedures shall be submitted to the Engineer or the City for 20 review and approval. Testing information required includes: 21 1. Anode groundbed current outputs 22 2. Pipe -to -soil potentials 23 3. Results of interference testing 24 4. Results of electrical isolation joint tests 25 5. Operating and maintenance instwctions 26 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 27 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 28 discovered during the post installation inspection. 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Qualifications 32 1. Cathodic Protection installer shall show adequate documented experience in the 33 type of Cathodic Protection work required for the project. 34 B. Certifications 35 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 36 reports that indicate that anodes meet Specifications and that all tests have been 37 performed in accordance with the applicable standards. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN — ALEDO IRD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 3 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 4 1. Secure and maintain a location to store the material in accordance with Section 01 5 66 00. 6 C. Packaging Waste Management 7 1. Dispose of anode and thermite weld material packaging properly and remove from 8 the lob site after installation is complete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] l0 1.12 WARRANTY [NOT USED] I 1 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Sacrificial Anodes - Magnesium 15 16 17 18 19 20 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes with a cast anode weight of 40 pounds, and a nominal 3" x 3" x 60" ingot size. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: 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 Maximums (Total) Magnesium Remainder 21 22 2. Magnesium Anode Current Capacity 23 a. Magnesium Anodes require a current capacity of no less than 500 amp -hours 24 per pound of magnesium. 25 3. Anode Backf ll Material 26 a. Use chemical backfill material around all galvanic anodes. 27 b. Backfll provides a reduced contact resistance to earth, provides a uniform 28 environment surrounding the anode, retains moisture around the anode and 29 prevents passivation of the anode. 30 c All galvanic anodes shall come prepackaged in a backfill material conforming 31 to the following composition: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7. 8 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1) Ground hydrated gypsum. 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 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 Backfrll Weight (Pounds) 44 Total Weight (Pounds) 61 (Pounds) 17 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 9 4. Anode Lead Wires 10 a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 11 AWG solid copper wire equipped with TW or THW insulation. 12 5. Lead Wire Connection to Magnesium Anode 13 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 14 b. Extend 1 end of the core beyond the anode for the lead wire connection. 15 c. Silver -solder the lead wire to the core and fully insulate the connection. 16 B. Splicing Tape 17 1. Tape used for covering anode lead wire to anode header cable connections shall be 18 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl 19 electrical tape as manufactured by 3M Scotch, or approved equal. 20 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 21 or approved equal. 22 C. Crimping Lugs 23 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 24 copper compression crimpit Catalog No. YCIOCIO as manufactured by Burndy, or 25 approved equal. 26 D. Anode Header Cable 27 1. Anode header cables routed between the anode groundbed and the test stations shall 28 be #8 AWG stranded copper conductors with type HMWPE insulation (black). 29 E. Anode Test Stations 30 1. Anode test stations shall be flush mounted or pole mounted as identified on the 31 Drawings and consist of test wires, non-metallic, UV resistant riser and a terminal 32 head . Test Station components are defined in Specification Section 33 04 11. 33 2. The terminal head shall be a 7 terminal Big Fink test station as manufactured by 34 Cott Manufacturing Company, or approved equal 35 F. Shunt 36 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 37 Holloway, or approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 2. There shall be at least 1 shunt in each Magnesium Anode test station. 2 G. Test Lead Wire 3 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, 4 THW or THHN insulation,color of lead wires shall be as shown on the drawings. 5 H. Permanent Reference Electrode 6 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 7 membrane ceramic cell in a geomembrane package, as manufactured by Corrpro 8 Companies, Inc., or approved equal. 9 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 10 copper wire with blue HMWPE insulation of suitable length to attach to the 11 terminal board of the test station. 12 I. Marker Sign 13 1. Provide marker sign in accordance with Section 33 05 26. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Installation of Sacrificial Anodes 22 1. Placement 23 a. Each anode shall be installed vertically in a 12-inch diameter hole with the top 24 of the anode at the same elevation as the top of pipeline maintaining the spacing 25 as shown on the Drawings. 26 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 27 the pipe. 28 c. Anodes shall be installed within the permanent pipeline right-of-way/easement. 29 d. For steel and concrete cylinder pipes, the anodes shall be placed on the side of 30 the easement closest to the gas pipelines as shown on the Drawings. For ductile 31 iron pipe, the second row of anodes shall be placed on the opposite side of the 32 pipelines. 33 2. Augured Hole 34 a. The anode hole diameter shall easily acconniodate the anode. 35 3. Backffiling 36 a. After the hole is augured, the packaged anode shall be lowered into the hole and 37 the soil shall be firmly tamped around the package so that it is in intimate 38 contact with the package. 39 b. Pour a minimum of 5 gallons of water into the anode hole. 40 c. Backfill the remainder of the anode hole. CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV 'TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Pagel of 10 1 4. Anode Lead Wire 2 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 3 inches. 4 b. Each anode lead wire shall be connected to an anode header cable as indicated 5 on the Drawings. 6 5. Handling 7 a. Anodes shall be handled in a manner that will avoid damaging anode materials 8 and wire connections. 9 B. Installation of Permanent Reference Electrode 10 1. Location 11 a. Install 1 permanent copper sulfate reference electrode at each anode ground 12 bed. 13 b. The permanent reference electrode shall be within 6 inches of the pipe away 14 from the anode bed at pipe depth. 15 c. Prepare and install the permanent reference electrode in strict accordance with 16 the manufacturer's recommendations. 17 2. Placement 18 a. Place the permanent reference electrode in the same ditch with the water line 19 and carefully covered with the same soil as the pipeline backfill. 20 3. Lead Wire 21 a. Protect the permanent reference electrode lead wire during backfill operations 22 and route to the test station along with the water line test leads and anode 23 ground bed cables. 24 C. Installation of Wire and Cable 25 1. Depth 26 a. All underground wire and cable shall be installed at a minimum of 24 inches 27 below final grade with a minimum separation of 6 inches from other 28 underground structures. 29 2. Anode Header Cable 30 a. Each anode lead wire shall be connected to a #8 AWG/HMWPE header cable 31 which shall be routed into an anode test station. 32 3. Anode Lead Wire to Header Cable Connection 33 a. Each anode lead wire to header cable connection shall be made using a copper 34 compression connector. 35 b. Each connection shall be taped using double layer rubber tape, followed by 36 double layer vinyl tape and coated with Scotchkote electrical coating as shown 37 on the Drawings. 38 4. Anode -to -Pipeline Connection 39 a. Connect each group of anodes to the pipeline through a test station as shown on 40 the Drawings. Note: each anode bed is connecting to two parallel pipes as 41 shown on the Drawings. 42 b. Anode test stations #1 and #2 shall both be connected to the same anode bed on 43 opposite ends. 44 c. A 0.01 ohm shunt shall be used to connect the anode header cable to the 45 pipeline as shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 5. A 3-inch wide, yellow, non -detectable warning tape labeled "CAUTION Cathodic 2 Protection Cable Buried Below" shall be buried at a depth of 18 inches below the 3 surface and along the length of all Cathodic Protection cable trenches. 4 D. Test Lead Wire Attaclunent 5 1. Test lead cables shall be attached to the pipe by thermite welding. 6 2. The pipe to which the wires are to be attached shall be clean and dry. 7 3. A grinding wheel or file shall be used to remove all coating, mill scale, oxide, 8 grease and dirt from the pipe over an area approximately 3 inches square. 9 a. The surface shall be cleaned to bright metal. 10 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of l I insulation removed from each end, exposing clean, oxide -free copper for welding. 12 5. Charges and Molds 13 a. Weld charges and mold size shall be as specified by the manufacturer for the 14 specific surface configuration. 15 b. Care shall be taken during installation to be sure correct charges are used. 16 c. Welding charges and molds shall be the product of a manufacturer regularly l7 engaged in the production of such materials. 18 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 19 wire shall be placed between the graphite mold and the prepared metal surface. 20 7. The metal disk shall be placed in the bottom of the mold. 21 8. The cap from the weld charge container shall be removed and the contents poured 22 into the mold. 23 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 24 charge. 25 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 26 should be held firmly in place until all of the charge has burned and the weld has 27 cooled slightly. 28 11. Remove the thermite weld mold and gently strike the weld with a hammer to 29 remove the weld slag. 30 12. Pull on the wire to assure a secure connection. 31 13. If the weld is not secure or the wire breaks, repeat the procedure. 32 14. If the weld is secure, coat all bare metal and weld metal with bitumastic coating and 33 protective cap; Royston Handi-Cap, or approved equal. 34 E. Anode Test Stations 35 1. Flush Mount and pole mount anode test stations shall be installed as shown on the 36 Drawings and as defined in Specification Section 33 04 11. 37 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 38 and to prevent damage to the leads during backfilling. 39 a. Additional slack shall be left in the test station riser to allow for removal of the 40 terminal board a minimum of 12 inches above the top of the riser for settlement 41 or repair purposes. 42 F. Post Installation Backfilling of Cables 43 1. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WFSTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE MARCH 2023 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 a. During the backfilling operation, cables shall be protected to prevent damage to 2 the wire insulation and conductor integrity. 3 3.5 REPAIR 4 A. Cut wires shall be spliced by using a copper compression connector. 5 1. The connection shall be completely sealed against moisture penetration by the use 6 of lubber tape, vinyl tape and Scotchkote electrical coating. 7 B. Damaged or missing test station components shall be replaced by equal components. 8 3.6 RE -INSTALLATION INOT USED] 9 3.7 FIELD QUALITY CONTROL 10 A. Field Tests and Inspections 11 1. All components of the Cathodic Protection System shall be visually inspected by 12 the City prior to commissioning of the system. 13 3.8 SYSTEM STARTUP 14 A. General 15 1. The Cathodic Protection System shall be inspected, energized and adjusted 16 (commissioned) as soon as possible after the Cathodic Protection equipment has l7 been installed. 18 B. Equipment 19 1. All Cathodic Protection testing instruments shall be in proper working order and 20 calibrated according to factory specifications. 21 C. Commissioning 22 1. The commissioning of the Cathodic Protection System shall be performed by, or 23 under the direct supervision of, the Corrosion Engineering Firm qualified to verify 24 compliance with this Specification and with the referenced corrosion control 25 standards set forth by NACE International. 26 D. Method 27 1. Measure native state structure -to -soil potentials along the water line using the 28 permanent reference electrodes at each anode test station and a portable reference 29 electrode at all other test stations and at above grade pipeline appurtenances. 30 2. Measure close interval, native state structure -to -soil potentials along the water lines 31 at utilizing portable reference electrodes at intervals not exceeding 3' along the 32 entire route. 33 3. Energize the Cathodic Protection System by connecting each Magnesium Anode 34 groundbed to the pipeline lead in the test station junction box by means of a 0.01 35 ohm shunt. 36 4. Record each anode groundbed current using the shunt. 37 5. Allow sufficient time for the pipeline to polarize. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION Page IO of LO 6. Adjust, if necessary, the Cathodic Protection current output in each anode test 2 station to satisfy corrosion protection criteria as established by NACE International 3 standards for steel pipe. For concrete cylinder pipe and ductile iron pipe materials 4 record the values as measured. The primary intent of the anode systems is stray 5 current mitigation, not satisfying the 100 mV polarization shift NACE criterion 6 even if it is achieved. 7 7. Record all final current outputs measured at each test station. 8 8. Verify that all electrical isolation devices are operating properly including flange 9 isolators and casing spacers. 10 9. Verify that interference does not exist with foreign structures. 11 10. Perform joint tests with owners of the foreign strictures (if any) and mitigate any 12 interference detected. 13 11. If necessary, install resistance bonds to mitigate interference. 14 12. Interference testing coordination with the owners of foreign structures is the 15 responsibility of the Cathodic Protection tester. l6 E Verification and Responsibilities U 1. Contractor shall correct, at his expense, any deficiencies in materials or installation l8 procedures discovered during the post -installation inspection. 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTS[DE IV TRANSMISSION MAIN -- ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 330440-I CI..EANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Added 1.1.C.3 15 2. Modified 3.10.A.1 16 3. Added 3 10.A 2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 — General Requirements 21 3. Section 33 01 32 — Closed Circuit Television (CCTV) Inspection for Water 22 Transmission Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 27 2. Payment 28 a. Unit Price — The work performed and the materials furnished in accordance 29 with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and 30 bacteriological testing and shall be subsidiary to the unit price bid per linear 31 foot of water pipe complete in place, and no other compensation will be 32 allowed. 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. American Water Works Association/American (AWWA): 39 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT' NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 2 c. C651, Disinfecting Water Mains. 3 d. C655, Field De -Chlorination. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals 7 For 24-inch and larger water mains, provide the following: 8 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 9 detailing the methods and schedule, including: 10 a. A detailed description of cleaning procedures l l b. Pigging entry and exit ports 12 c. Flushing procedures 13 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 14 e. Control of water 15 f. Disposal 16 2. Disinfection Plan prior to the start of construction submit a disinfection plan 17 including: 18 a. The method mixing and introducing chlorine 19 b. Flushing 20 c. De -chlorination 21 d. Sampling 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALTTY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER -FURNISHED 1oR1 OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES 32 A. Pigs 33 1. Open cell polyurethane foam body 34 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 35 3. May be wrapped with polyurethane spiral bands 36 4. Abrasives are not permitted, unless expressly approved by the City in writing for 37 the particular application. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 l 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 [old 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. Rig -Of Flush and manually sweep 42-inch and larger mains. 23 d: Flushing is only p 24 pigging is not practical and approved by the City. 25 2. For lines equipped with butterfly valves, perform CCTV inspection 26 immediately upon completion of line flushing in accordance with Section 33 01 27 32 and prior to perfoi mmg hydrostatic testing, disinfection, and 28 bacteiiological testing. 29 B. Pigging Method 30 1. If the method of pigging is to be used, prepare the main for the installation and 31 removal of a pig, including: 32 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 33 remove cleaning wye covers, etc. 34 b. Where expulsion of the pig is required through a dead -ended conduit: 35 1) Prevent backflow of purged water into the main after passage of the pig. 36 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 37 smaller mains to prevent backwater re-entry into the main. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 I 3) Additional excavation of the trench may be performed on mains over 12 2 inches, to prevent backwater re-entry into the main. 3 4) Flush any backflow water that inadvertently enters the main. 4 c. Flush short dead-end pipe sections not swabbed by a pig. 5 d. Once pigging is complete: 6 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 unlawfidly discharge chlorinated water. 25 3) Do not damage private property. 26 4) Do not create a traffic hazard. 27 c. Once Flushing is complete: 28 1) Corporations stops used for flushing shall be plugged. 29 D. Daily main cleaning 30 1. Wipe joints and then inspect for proper installation. 31 2. Sweep each joint and keep clean during construction. 32 3. Install a temporary plug on all exposed mains at the end of each working day or an 33 extended period of work stoppage. 34 E. Hydrostatic Testing 35 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 36 the following criteria: 37 a. Furnish and install corporations for proper testing of the main. 38 1) Furnish adequate and satisfactory equipment and supplies necessary to 39 make such hydrostatic tests. 40 2) The section of line to be tested shall be gradually filled with water, 41 carefully expelling the air and the specified pressure applied. 42 b. The City will furnish water required for the testing at its nearest City line. 43 c. Expel air from the pipe before applying the required test pressure. 44 d. Test Pressure 45 1) Test pressures should meet the following criteria: CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 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 I) 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 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 I) 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 I) Water from the existing distribution system or other approved source of 41 supply shall be made to flow at a constant rate in the newly laid main. 42 2) At a point not more than 10 feet downstream from the beginning of the new 43 main, water entering the new main shall receive a dose of chlorine. 44 a) Free chlorine concentration: 100 mg/L minimum, or as required by 45 TCEQ, whichever is greater. 46 b) The chlorine shall be applied continuously and for a sufficient time to 47 develop a solid column or "slug" of chlorinated water that shall expose 48 all interior surfaces to the "slug" for at least 3 hours. CITY OF FORT WORTH WES'1'SIDE IV TRANSMISSION MAIN - ALEDO RD ero WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS crrY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 CLEANING AND ACCEPTANC 330440-7 ESTING OF WATER MAINS Page 7 of 8 1 3) Operate the fittings and valves as the chlorinated water flows past to 2 disinfect the appurtenances. 3 4) Prevent the flow of chlorinated water into mains in active service. 4 5) Flush the heavily chlorinated water from the main and dispose of in a 5 manner and at a location accepted by the City. 6 6) Upon completion, test the chlorine residual remaining in the main. 7 a) Chlorine levels of 4 mg/1 or less should be maintained. 8 2. Contractor Requirements 9 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 10 the disinfection method approved by the City with adequate provisions for II sampling. I 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, reprove 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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCII 2023 330440-8 CLEANING AND ACCEPTANCE 'I'ESl'ING OF WATER MAINS Page 8 of 8 l 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 I 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] l8 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 Revision Log NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 3.10.E.1.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 IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised March 25, 2022 PROJECT DATE: MARCH 2023 PART1- GENERAL 1.1 SUMMARY SECTION 33 05 20 AUGER BORING 330520-I AUGER BORING Page of 7 A. Section Includes: 1. Minimum requirements for auger boring using 48 inch 54-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Modify 1.1.A.1. C. Related Specification Sections include, but arc not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation I. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1, 2023 WESI'SIDE IV TRANSMISSION MAIN- ALEDO ItD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330520-2 AUGER BORING Paget of B. All submittals shall be approved by the City prior to delivery. 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. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1, 2023 WES-I'SIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330520-3 AUGER BORING Page 3 of 7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of linch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of linch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. I) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General I. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I, 2023 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. I03292-3 PROJECT DATE: MARCH 2023 330520-4 AUGER BORING Page4 of7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction .shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1, 2023 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330520-5 AUGER BORING Page 5 of 7 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. I) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7 All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade I. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1, 2023 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 330520-6 AUGER BORING Page 6 of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections I. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1, 2023 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJEC 1 DA FE: MARCH 2023 330520-7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log NAME SUMMARY OF CHANGE DATE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1, 2023 WESTSIDE IV TRANSMISSION MAIN - ALEDO I2D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DA FE: MARCH 2023 PART 1- GENERAL 1.1 SUMMARY 1.2 330521-1 TUNNEL LINER PLATE Page 1 of 5 SECTION 33 05 21 TUNNEL LINER PLATE 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33052I-2 TUNNEL LINER PLATE Page 2 of 5 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. LRFD, Bridge Design Manual, Section 12.13 b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society of Testing and Materials (ASTM): a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. c. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. I03292-3 PROJECT DATE: MARCH 2023 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] 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED ma] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00, and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Contech Construction Products, Inc., American Commercial Inc., or approved equal. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Design Criteria a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate Joint strength, stiffness, buckling strength and resistance to deflection. C. Materials 1. Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (I) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33052E-4 TUNNEL LINER PLATE Page 4 of 5 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches, measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: Tunnel Diameter (inches) 2-Flanged Liner Plate Thickness (gauge) 4-Flanged Liner Plate Thickness (gauge) Burp Depth: 8-feet-1-6-feet 16 feet - 18 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. 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 33 05 24. CJTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSI DE IV TRANSMISSION MAIN - AI.,EDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330521-5 TUNNEL LINER PLATE Page of 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART3- 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 Ion] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.3.A.3 — AASHTO reference updated to current publication CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSI DE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 PART1- GENERAL 1.1 SUMMARY SECTION 33 05 22 STEEL CASING PIPE 33 05 22 - I 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 backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330522-2 STEEL CASING PIPE Page 2 of 6 I) 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 I . 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 CFTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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: I) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED TOR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria I. 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: WESTSIDE IV TRANSMISSION MAIN - ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 330522-4 STEEL CASING PIPE Page of 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 Toads 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 lacking 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 (inches) Thickness 14 — 18 .3125 (5/16) 20 24 .375 (3/8) 26-32 .5 (1/2) 34 42 .625 (5/8) 44-48 .6875 (11/16) Greaterthan 48 Project .. ,.:r.,, a....:,... 54 0.719 (23/321 60 0.75 (3/41 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV ANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330522-5 STEEL CASING PIPE Page 5 of 6 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance off 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 QUALPTY 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 FOR] 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 March 25, 2022 WESTSIDE IV ANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modify 2.2.B.1. 10 2. Modify 2.2.B.5.a.1 & 2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 01 30 — Sewer and Manhole Testing l6 4. Section 33 1 113 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 20 a. Measurement 21 I) Measured horizontally along the surface from centerline to centerline of the 22 beginning of the casing/liner to the end of the casing/liner 23 b. Payment 24 I) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" shall be paid for at the 26 unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: 27 a) Various Sizes 28 c. The price bid shall include: 29 I) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 30 Liner Plate as specified by the Drawings 31 2) Mobilization 32 3) Grout 33 4) Casing Spacers 34 5) End seals 35 6) Excavation 36 7) Hauling 37 8) Disposal of excess material 38 9) Clean-up 39 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 40 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 1) Measured horizontally along the surface from centerline to centerline of the 2 beginning of the casing/liner to the end of the casing/liner Payment 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" shall be paid for at the 6 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 7 a) Various Sizes 8 c. The price bid shall include: 9 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 10 as specified by the Drawings 11 2) Mobilization 12 3) Grout 13 4) Joint restraint 14 5) Casing Spacers 15 6) End seals 16 7) Excavation 17 8) Hauling 18 9) Disposal of excess material l9 10) Clean-up 20 1.3 REFERENCES 21 A. Definitions 22 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 23 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 24 ground and provides a stable underground excavation for installation of the carrier 25 pipe 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. American Society of Testing and Materials (ASTM) 31 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 34 Mortars (Using 2-in or [50 min] Cube Specimens). 35 c. D638, Standard Test Method for Tensile Properties of Plastics. 36 3. International Organization for Standardization (ISO): 37 a. 9001, Quality Management Systems - Requirements. 38 4. Occupational Safety and Health Administration (OSHA) 39 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 40 1926, Subpart S, Underground Construction and Subpart P, Excavation. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 01 33 00. 44 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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. l l 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by -case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 I) 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 I) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED Loa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 01 60 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 01 25 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 25 26 27 B. Design Criteria and Materials 1. Carrier pipe shall be installed with'n the horizontal and vertical tolerances as indicated in PART 3 of this Specif cation, incorporating all suppor /insulator dimensions reuuired Diameter (inches) Material Specification Reference Water Line 6-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 AWWA C200 (Restrained) 33 11 14 24 and greater AWWA C301 (Restrained) 33 11 15 Sanitary Sewer Line 8-16 DIP (with Ceramic Epoxy) 33 11 10 DIP (with Ceramic Epoxy) 33 1 1 10 18 and greater Fiberglass 33 31 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJEC r DATE: MARCH 2023 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Pages of 10 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 I) 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 (I) 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 and steel pipe, mortar bands may be allowed in 42 lieu of casing spacers/isolators 43 2) Mortar bands shall be in accordance with Section 33 11 13 and Section 33 44 11 14. 45 b. Casing Spacers/Isolators material and properties: 46 1) Shall be minimum 14 gage 47 2) For water pipe, utilize Stainless Steel. 48 3) For sewer pipe, utilize Coated Steel. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of10 4) Suitable for supporting weight of carrier pipe without deformation or 2 collapse during installation 3 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 4 operations and prevent floating or movement. 5 d. Provide dielectric strength sufficient to electrically isolate each component 6 from one another and from the casing. 7 e. Design risers for appropriate loads, and, as a minimum: 8 1) Provide 10 gage steel risers 9 a) Provide stainless steel bands and risers for water installations. 10 f Band material and criteria l l 1) Provide polyvinyl chloride inner liner with: 12 a) Minimum thicluress of 0.09 inches 13 b) Durometer "A" of 85-90 hardness 14 c) Minimum dielectric strength of 58,000 volts 15 g. Runner material and criteria 16 1) Provide pressure -molded glass reinforced polymer or UHMW with: 17 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 18 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 19 steel studs. 20 3) Runner studs and nuts shall be recessed well below the wearing surface of 21 the runner 22 a) Fill recess with a corrosion inhibiting filler. 23 h. Riser height 24 1) Provide sufficient height with attached runner allow a minimum clearance 25 of 2 inches between the outside of carrier pipe bells or couplings and the 26 inside of the casing liner surface. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] 33 3.4 INSTALLATION 34 A. General 35 1. Carrier pipe installation shall not begin until the following tasks have been 36 completed: 37 a. All required submittals have been provided, reviewed and accepted. 38 b. All casing/linerjoints 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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) f 2 inches from design line 11 b. Vertical 12 I) ±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 tench bottom grade, place the backfill material in 46 6-inch lifts and compact each layer. WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJEC r DA FE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 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 2 until the casing spacers and end seals are installed. 3 3. Insulator Spacing 4 a. Maximum distance between spacers is to be 6 feet. 5 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 6 I) Install 2 spacers within 1 foot on each side of the bell or flange. 7 2) Remaining 2 spacers shall be spaced equally. 8 c. If the casing or pipe is angled or bent, reduce the spacing. 9 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 10 of size of casing and pipe or type of spacer used. 11 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 12 spigot into the bell. 13 4. After installation of the carrier pipe: 14 a. Mortar inside and outside of the joints, as applicable 15 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 16 1) If continuity exists, remedy the short, by all means necessary including 17 removing and reinstalling the carrier pipe, prior to applying cellular grout. l8 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE MARCH 2023 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 l9 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330524 -10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 2 applicable local, State and Federal regulations. 3 3. Methods of construction shall be such as to ensure the safety of the Work, 4 Contractor's and other employees on site and the public. 5 4. Furnish and operate a temporary ventilation system in accordance with applicable 6 safety requirements when personnel are underground. 7 a. Perform all required air and gas monitoring. 8 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 9 atmosphere free of toxic or flammable gasses in all underground work areas. 10 5. Perform all Work in accordance with all current applicable regulations and safety 11 requirements of the federal, state and local agencies. 12 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 13 Underground Construction and Subpart P, Excavations. 14 b. In the event of conflict, comply with the more stringent requirements. 15 6. If personnel will enter the pipe during construction, the Contractor shall develop an 16 emergency response plan for rescuing personnel trapped underground in a shaft l7 excavation or pipe. l8 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 NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 2.2.B.I —Modified minimum water line diameter from 8-inches to 6-inches 6/19/2013 12/9/2022 D. Johnson W Norwood Added Blue Text for clarification 1.1.C—Added Concrete Pressure Pipe Specification reference. 2.21B.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. 2.2.B.I. Updated Cattier pipe table CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331110-1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 11 10 2 DUCTILE IRON PIPE 3 PART1- GENERAL 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 2.2.B.4 10 2. Added 2 2.B.5 11 3. Deleted 2.2.B.15.b-f 12 4. Added 2.2.B 15.g 13 5. Added 2.2.B.15.h 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 19 4. Section 33 04 10 —Joint Bonding and Electrical Isolation 20 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 23 8. Section 33 11 05 — Bolts, Nuts, and Gaskets 24 9. Section 33 11 11 — Ductile Iron Fittings 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Ductile Iron Pipe 28 a. Measurement 29 1) Measured horizontally along the surface from center line to center line of 30 the fitting, manhole, or appurtenance 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per linear foot for "DIP" installed for: 35 a) Various sizes 36 b) Various types of backfll 37 c) Various linings 38 d) Various Depths, for miscellaneous sewer projects only CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331110-2 DUCTILE IRON PIPE Page 2 or 14 1 e) Various restraints 2 1) Various uses 3 c. The price bid shall include: 4 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 5 Drawings 6 2) Mobilization 7 3) Polyethylene encasement 8 4) Lining 9 5) Pavement removal 10 6) Excavation 11 7) Hauling 12 8) Disposal of excess material 13 9) Furnishing, placement and compaction of embedment 14 10) Furnishing, placement and compaction of backfill 15 11) Trench water stops 16 12) Thrust restraint, if required in Contract. Documents 17 13) Bolts and nuts 18 14) Gaskets 19 15) Clean-up 20 16) Cleaning 21 17) Disinfection 22 18) Testing 23 1.3 REFERENCES 24 A. Definitions 25 1. Gland or Follower Gland 26 a. Non -restrained, mechanical Joint fitting 27 2. Retainer Gland 28 a. Mechanically restrained mechanical joint fitting 29 B. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Association of State Highway and Transportation Officials (AASHTO). 34 3. American Society of Mechanical Engineers (ASME): 35 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 36 4. ASTM International (ASTM): 37 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 38 High Temperature or High Pressure Service and Other Special Purpose 39 Applications 40 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 41 Pressure or High Temperature Service, or Both 42 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 43 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 44 Tensile Strength. 45 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 46 Water or Other Liquids CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO IRD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331110-3 DUCTILE IRON PIPE Page 3 of 14 1 f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 2 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 3 Steel. 4 5. American Water Works Association (AWWA): 5 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 6 Enamel and Tape - Hot Applied. 7 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 8 c. M41, Ductile -Iron Pipe and Fittings. 9 6. American Water Works Association/American National Standards Institute 10 (AWWA/ANSI): 11 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 12 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 13 c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 14 d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 15 Threaded Flanges. 16 e. C 150/A21.50, Thickness Design of Ductile -Iron Pipe. 17 f. C151/A21.51, Ductile-hron Pipe, Centrifugally Cast, for Water. 18 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 19 7. NSF International (NSF): 20 a. 61, Drinking Water System Components - Health Effects. 21 8. Society for Protective Coatings (SSPC): 22 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 27 specials. 28 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 29 A. Product Data 30 1. Interior lining 31 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 32 C104/A21.4, including: 33 1) Material 34 2) Application recommendations 35 3) Field touch-up procedures 36 2. Thrust Restraint 37 a. Retainer glands, thrust harnesses or any other means 38 3. Gaskets 39 a. If hydrocarbon or other special gaskets are required 40 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 41 for a wastewater force main for 24-inch and greater diameters, including: 42 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 43 Texas including: cry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 10 -4 DUCTILE IRON PIPE Page 4 of 14 1 a. Working pressure 2 b. Surge pressure 3 c. Deflection 4 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 5 Professional Engineer in Texas, to verify the restraint lengths shown in the 6 Drawings. 7 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 8 Professional Engineer in Texas including: 9 a. Pipe class 10 b. Joints type 11 c. Fittings l2 d. Stationing l3 e. Transitions 14 f. Joint deflection 15 C. Certificates 16 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 17 Section, each run of pipe furnished has met Specifications, all inspections have 18 been made, and that all tests have been performed in accordance with 19 AWWA/ANSI C151/A21.51. 20 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Qualifications 25 I. Manufacturers 26 a. Finished pipe shall be the product of 1 manufacturer. 27 1) Change orders, specials, and field changes may be provided by a different 28 manufacturer upon City approval. 29 b. Pipe manufacturing operations (pipe, liming, and coatings) shall be performed 30 under the control of the manufacturer. 31 c. Ductile Iron Pipe 32 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 33 a) Perform quality control tests and maintain results as outlined within 34 standard to assure compliance. 35 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 36 of at least 10 seconds. 37 B. Preconstruction Testing 38 1. The City may, at its own cost, subject random lengths of pipe for testing by an 39 independent laboratory for compliance with this Specification. 40 a. The compliance test shall be performed in the United States. 41 b. Any visible defects or failure to meet the quality standards herein will be 42 grounds for rejecting the entire order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 10 -5 DUCTILE IRON PIPE Page 5 of 14 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Storage and Handling Requirements 3 I. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 4 stated in AW WA M41. 5 2. Secure and maintain a location to store the material in accordance with Section 01 6 66 00. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART2- PRODUCTS 10 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed in the City's Standard Products List will be 14 considered as shown in Section 01 60 00. 15 a. The manufacturer must comply with this Specification and related Sections. 16 2. Any product that is not listed on the Standard Products List is considered a 17 substitution and shall be submitted in accordance with Section 01 25 00. 18 B. Pipe l9 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 20 C150/A21.15, and AWWA/ANSI C151/A21.51. 21 2. All pipe shall meet the requirements of NSF 61. 22 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 23 closure pieces and necessary to comply with the Drawings. 24 4. As a minimum the following pressures classes apply. The Drawings may specify a 25 higher pressure class or the pressure and deflection design criteria may also require 26 a higher pressure class, but in no case should they be less than the following: 27 28 29 5. For sections of pipe deeper than 12 feet, Special Thickness Class (STC) 54 pipe 30 is required. These stations include: 31 a. STA 0+00 to STA 5+50 32 b. STA 51+00 to STA 56+00 33 c. STA 61+00 to STA 70+50 34 d. STA 72+00 to STA 76+50 Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 450 250 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331110-6 DUCTILE IRON PIPE Page 6 of 14 1 e. STA 97+00 to STA 100+00 2 f. STA 113+00 to STA 121+50 3 g. STA 123+50 to STA 126+50 4 6. Pipe markings shall meet the minimum requirements ofAWWA/ANSI 5 C 151/A21.51. Minimum pipe markings shall be as follows: 6 a. "DI" or "Ductile" shall be clearly labeled on each pipe 7 b. Weight, pressure class and nominal thickness of each pipe 8 c. Year and country pipe was cast 9 d. Manufacturer's mark 10 7. Pressure and Deflection Design I 1 a. Pipe design shall be based on trench conditions and design pressure class 12 specified in the Drawings. 13 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 14 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 15 construction, using the following parameters: 16 1) Unit Weight of Fill (w) = 130 pcf 17 2) Live Load = AASHTO HS 20 18 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 19 4) Bedding Conditions = Type 4 20 5) Working Pressure (Pw) = 150 psi 21 6) Surge Allowance (Ps) = 100 psi 22 7) Design Internal Pressure (P;) = Pw + Ps or 2:1 safety factor of the actual 23 working pressure plus the actual surge pressure, whichever is greater. 24 a) Test Pressure = 25 (1) No Tess than 1.25 minimum times the stated working pressure (187 26 psi minimum) of the pipeline measured at the highest elevation 27 along the test section. 28 (2) No less than 1.5 times the stated working pressure (225 psi 29 minimum) at the lowest elevation of the test section. 30 8) Maximum Calculated Deflection (Dx) = 3 percent 31 9) Restrained Joint Safety Factor (Sf) = 15 percent 32 c. Trench depths shall be verified after existing utilities are located. 33 1) Vertical alignment changes required because of existing utility or other 34 conflicts shall be accommodated by an appropriate change in pipe design 35 depth. 36 2) In no case shall pipe be installed deeper than its design allows. 37 8. Provisions for Thrust 38 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 39 joints when required by the Drawings, corrosion resistant joints. 40 b. In addition to the mechanical joint restraint required for all bends and fittings, 41 horizontal and vertical bends shall be restrained by concrete thrust blocking 42 and by mechanical joint restraint along the length of the pipe, as recommended 43 by the pipe manufacturer, unless shown otherwise in the design drawings. 44 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 45 dimensions for concrete thrust blocking, shall be interpreted to mean the 46 exclusion of the other method of restraint, unless both methods are specifically 47 required in the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 10 -7 DUCTILE IRON PIPE Page 7 of 14 1 c. No thrust restraint contribution shall be allowed for the restrained length of 2 pipe within the casing. 3 d. Restrained joints, when required, shall be used for a sufficient distance from 4 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 5 be developed at the design pressure of the pipe. For the purpose of thrust, the 6 following shall apply: 7 1) Valves shall be calculated as dead ends. 8 2) Design pressure shall be greater than the working pressure of the pipe or 9 the internal pressure (Pi) whichever is greater. 10 3) Restrained joints shall consist of approved mechanical restrained or push- 11 on restrained joints as listed in the City's Standard Products List as shown 12 in Section 01 60 00. 13 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 14 resist thrust in accordance with the Drawings, AWWA M41, and the following: 15 I) The weight of earth (We) shall be calculated as the weight of the projected 16 soil prism above the pipe, for unsaturated soil conditions. 17 2) Soil density = 130 pef (maximum value to be used), for unsaturated soil 18 conditions 19 3) If indicated on the Drawings and the Geotechnical Borings that ground 20 water is expected, account for reduced soil density. 21 9. Joints 22 a. General — Comply with AWWA/ANSI C111/A21.11. 23 b. Push -On Joints 24 c. Mechanical Joints 25 d. Push -On Restrained Joints 26 1) Restraining Push -on joints by means of a special gasket 27 a) Only those products that are listed in Section 01 60 00 28 b) The working pressure rating of the restrained gasket must exceed the 29 test pressure of the pipe line to be installed. 30 c) Approved for use of restraining Ductile Iron Pipe in casing with a 31 carrier pipe of 4-inches to 12-inches 32 d) Otherwise only approved if specially listed on the Drawings 33 2) Push -on Restrained Joint bell and spigot 34 a) Only those products list in the standard products list will be allowed for 35 the size listed in the standard products list per Section 01 60 00. 36 b) Pressure rating shall exceed the working and test pressure of the pipe 37 line. 38 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 39 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 40 g. Field fabricated flanges are prohibited. 41 10. Gaskets 42 a. Provide Gaskets in accordance with Section 33 11 05. 43 11. Isolation Flanges 44 a. Flanges required by the drawings to be Isolation Flanges shall conform to 45 Section 33 04 10. 46 12. Bolts and Nuts 47 a. Mechanical Joints 48 1) Provide bolts and nuts in accordance with Section 33 11 05. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 10 -8 DUCTILE IRON PIPE Page 8 of 14 1 b. Flanged Ends 2 1) Meet requirements ofAWWA C115. 3 a) Provide bolts and nuts in accordance with Section 33 11 05. 4 13. Flange Coatings 5 a. Connections to Steel Flanges 6 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 7 Tape System in accordance with Section 33 11 05. 8 14. Ductile Iron Pipe Exterior Coatings 9 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 10 pipe exterior, unless otherwise specified in the Contract Documents. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 15. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. e. USe only virgin olyetl.ylene ,.1 AWWA/ANSI C105/A21.5 and ASTM A674. 3) AWWA/ANSI C105/A21.5 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 sut face 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 cm rosion inhibitor to control galvanic corrosion. i. Minimum widths 48 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WES'rSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 3311 10 -9 DUCTILE IRON PIPE Page 9 of 14 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 48 95 190 54 108 216 60 108 216 64 121 242 1 16. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 I) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should 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 all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 10 - 10 DUCTILE IRON PIPE Page 10 of 14 1 7) Mark each fitting with the date of application of the lining system along 2 with its numerical sequence of application on that date and records 3 maintained by the applicator of his work. 4 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 5 cut, coat the exposed surface with the touch-up material as recommended 6 by the manufacturer. 7 a) The touch-up material and the lining shall be of the same manufacturer. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 -. EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION [NOT USED] 14 3.4 INSTALLATION 15 A. General 16 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 17 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 18 recommendations. 19 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 20 3. Lay pipe to the lines and grades as indicated in the Drawings. 21 4. Excavate and backfill trenches in accordance with Section 33 05 10. 22 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 23 6. For installation of carrier pipe within casing, see Section 33 05 24. 24 B. Pipe Handling 25 1. Haul and distribute pipe and fittings at the project site. 26 2. Handle piping with care to avoid damage. 27 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 28 lowering into the trench. 29 b. Do not handle the pipe in such a way that will damage the interior lining. 30 c. Use only nylon ropes, slings or other lifting devices that will not damage the 31 surface of the pipe for handling the pipe. 32 3. At the close of each operating day: 33 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 34 the laying operation. 35 b. Effectively seal the open end of the pipe using a gasketed night cap. 36 C. Joint Making 37 1. Mechanical Joints 38 a. Bolt the follower ring into compression against the gasket with the bolts 39 tightened down evenly then cross torqued in accordance with AWWA C600. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331110-11 DUCTILE IRON PIPE Page I I of 14 1 b. Overstressing of bolts to compensate for poor installation practice will not be 2 permitted. 3 2. Push -on Joints 4 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 5 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 6 c. Place the gasket in the bell in the position prescribed by the manufacturer. 7 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 8 gasket and the outside of the spigot prior to entering the spigot into the bell. 9 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 10 conform to AWWA C600. 11 3. Flanged Joints 12 a. Use erection bolts and drift pins to make flanged connections. 13 I) Do not use undue force or restraint on the ends of the fittings. 14 2) Apply even and uniform pressure to the gasket. 15 b. The fitting must be free to move in any direction while bolting. 16 1) Install flange bolts with all bolt heads faced in one direction. 17 4. Joint Deflection 18 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 19 and grades and shown in the Drawings. 20 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 21 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 22 C600. 23 d. The manufacturer's recommendation may be used with the approval of the 24 Engineer. 25 D. Polyethylene Encasement Installation 26 1. Preparation 27 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 28 installation of polyethylene encasement. 29 I) Prevent soil or embedment material from becoming trapped between pipe 30 and polyethylene. 31 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 32 with minimum space between polyethylene and pipe. 33 1) Provide sufficient slack in contouring to prevent stretching polyethylene 34 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 35 joints or fittings and to prevent damage to polyethylene due to backfilling 36 operations. 37 2) Secure overlaps and ends with adhesive tape and hold. 38 c. For installations below water table and/or in areas subject to tidal actions, seal 39 both ends of polyethylene tube with adhesive tape at joint overlap. 40 2. Tubular Type (Method A) 41 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 42 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 43 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 44 ends. 45 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 46 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 10-12 DUCTILE IRON PIPE Page 12 or 14 1 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 2 polyethylene from preceding length of pipe, slip it over end of the new length 3 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 4 f. Secure overlap in place. 5 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points. 7 h. Repair cuts, tears, punctures or other damage to polyethylene. 8 i. Proceed with installation of next pipe in same manner. 9 3. Tubular Type (Method B) 10 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 11 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 12 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 13 of pipe, securing fold at quarter points; secure ends. 14 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 15 proceeding pipe section, bunching it accordion -fashion lengthwise. 16 e. After completing joint, pull 3-foot length of polyethylene over joint, 17 overlapping polyethylene previously installed on each adjacent section of pipe 18 by at least 1 foot; make each end snug and secure. 19 4. Sheet Type 20 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 21 section. 22 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 23 it until it clears the pipe ends. 24 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 25 quadrant of pipe. 26 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 27 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 28 of pipe. 29 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 30 g. After completing joint, make overlap and secure ends. 31 h. Repair cuts, tears, punctures or other damage to polyethylene. 32 i. Proceed with installation of next section of pipe in same manner. 33 5. Pipe -Shaped Appurtenances 34 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 35 polyethylene in same manner as pipe and fittings. 36 6. Odd -Shaped Appurtenances 37 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 38 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 39 sheet under appurtenances and bringing it up around body. 40 b. Make seams by bringing edges together, folding over twice and taping down. 41 c. Tape polyethylene securely in place at the valve stem and at any other 42 penetrations. 43 7. Repairs 44 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 45 or with short length of polyethylene sheet or cut open tube, wrapped around 46 fitting to cover damaged area and secured in place. 47 8. Openings in Encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCII 2023 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 a. Provide openings for branches, service taps, blow -offs, air valves and similar 2 appurtenances by making an X-shaped cut in polyethylene and temporarily 3 folding back film. 4 b. After appurtenance is installed, tape slack securely to appurtenance and repair 5 cut, as well as other damaged area in polyethylene with tape. 6 c. Service taps may also be made directly through polyethylene, with any 7 resulting damaged areas being repaired as described above. 8 9. Junctions between Wrapped and Unwrapped Pipe: 9 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, I0 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 1 I b. Secure end with circumferential turns of tape. 12 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 13 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 14 3.5 REPAIR/RESTORATION 15 A. Patching 16 1. Excessive field -patching is not permitted of lining or coating. 17 2. Patching of lining or coating will be allowed where area to be repaired does not 18 exceed 100 square inches and has no dimensions greater than 12 inches. 19 3. In general, there shall not be more than 1 patch on either the lining or the coating of 20 any 1 joint of pipe. 21 4. Wherever necessary to patch the pipe: 22 a. Make patch with cement mortar as previously specified for interior joints. 23 b. Do not install patched pipe until the patch has been properly and adequately 24 cured and approved for laying by the City. 25 5. Promptly remove rejected pipe from the site. 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD [oR] SITE QUALITY CONTROL 28 A. Potable Water Mains 29 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 30 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 31 main as specified in Section 33 04 40. 32 B. Wastewater Lines 33 1. Closed Circuit Television (CCTV) Inspection 34 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCII 2023 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 331110-14 DUCTILE IRON PIPE Page 14 of 14 Revision Log NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 1.2.A.I.b. — Updated Payment types 1.3 — Added definitions of gland types for clarity 2.2.13.9, 10, II and 12 Added reference to Section 33 1 105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. [03292-3 PROJECT DATE: MARCIE 2023 2 SECTION 33 11 11 DUCTILE IRON FITTINGS 3 PART 1 - GENERAL 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iran Fittings 3-inch through 64-inch for potable water, wastewater, and other 7 liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge 9 type retainer glands. l0 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 I. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 — General Requirements 17 3. Section 03 30 00 — Cast -in -Place Concrete 18 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 19 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 20 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 7. Section 33 I 1 05 — Bolts, Nuts, and Gaskets 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Ductile Iron Water Fittings with Restraint 25 a. Measurement 26 1) Shall be per ton of fittings supplied 27 2) Fittings weights are the sum of the various types of fittings multiplied by the 28 weight per fitting as listed in AWWA/ANSI C153/A21.53. 29 3) The fitting weights listed in AWWA/ANSI CI 10/A21.10 are only allowed for 30 specials where an AWWA/ANSI C153/A21.53 is not available, or if the 31 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 32 4) If the Contractor chooses to supply AWWA/ANSI CI 10/A21.10 (full body) 33 Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile 34 Iron Fittings at his convenience, then the weight shall be measured in 35 accordance with AWWA/ANSI C153/A21.53. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item and 38 measured as provided under "Measurement" will be paid for at the unit price 39 bid per ton of "Ductile Iron Water Fittings with Restraint". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 W ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 11-2 DUCTILE IRON FITTINGS Page 2 of 13 1 c. The price bid shall include: 2 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 3 Drawings 4 2) Polyethylene encasement 5 3) Lining 6 4) Pavement removal 7 5) Excavation 8 6) Hauling 9 7) Disposal of excess material 10 8) Furnishing and installing bolts, nuts, and restraints 11 9) Furnishing, placement and compaction of embedment 12 10) Furnishing, placement and compaction of backfill 13 11) Trench water stops 14 12) Clean-up 15 13) Cleaning 16 14) Disinfection 17 15) Testing 18 2. Ductile Iron Sewer Fittings 19 a. Measurement 20 1) Shall be per ton of fittings supplied 21 2) Fittings weights are the sum of the various types of fittings multiplied by the 22 weight per fitting as listed in AWWA/ANSI C153/A21.53. 23 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for 24 specials where an AWWA/ANSI CI53/A21.53 is not available, or if the 25 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 26 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (hill body) 27 Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile 28 Iron Fittings at his convenience, then the weight shall be measured in 29 accordance with AWWA/ANSI C153/A21.53. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item and 32 measured as provided under "Measurement" will be paid for at the unit price 33 bid per ton of "Ductile Iron Sewer Fittings". 34 c. The price bid shall include: 35 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 36 Drawings 37 2) Epoxy Coating 38 3) Polyethylene encasement 39 4) Lining 40 5) Pavement removal 41 6) Excavation 42 7) Hauling 43 8) Disposal of excess material 44 9) Furnishing and installing bolts, nuts, and restraints 45 10) Furnishing, placement and compaction of embedment 46 11) Furnishing, placement and compaction of backfill 47 12) Clean-up 48 13) Cleaning 49 14) Disinfection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331111-3 DUCTILE IRON FITTINGS Page 3 or 13 1 15) Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Gland or Follower Gland 5 a. Non -restrained, mechanical joint fitting 6 2. Retainer Gland 7 a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping 8 wedges incorporated into a follower gland meeting the applicable requirements of 9 ANSI/AWWA CI 10/A21.10. 10 B. Reference Standards l l 1. Reference standards cited in this Specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this Specification, 13 unless a date is specifically cited. 14 2. American Society of Mechanical Engineers (ASME): 15 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 16 3. ASTM International (ASTM): 17 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High 18 Temperature or High Pressure Service and Other Special Purpose Applications 19 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or 20 High Temperature Service, or Both 21 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 4. American Water Works Association (AWWA): 26 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel 27 and Tape - Hot Applied. 28 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 29 c. M41, Ductile -Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWA/ANSI): 32 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 33 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 34 c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 35 d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 36 e. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded 37 Flanges. 38 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 39 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 40 6. NSF International (NSF): 41 a. 61, Drinking Water System Components - Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 11-4 DUCTILE IRON FITTINGS Page of 13 I 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall 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 specials. 5 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Ductile Iron Fittings 8 a. Pressure class 9 b. Interior lining 10 c. Joint types I I 2. Polyethylene encasement and tape 12 a. Planned method of installation 13 b. Whether the film is linear low density or high density cross linked polyethylene 14 c. The thickness of the film provided 15 3. The interior lining, if it is other than cement mortar lining in accordance with 16 AWWA/ANSI C104/A21.4 17 a. Material 18 b. Application recommendations l9 c. Field touch-up procedures 20 4. Thrust Restraint 21 a. Retainer glands 22 b. Thrust harnesses 23 c. Any other means 24 5. Gaskets 25 a. Provide Gaskets in accordance with Section 33 11 05. 26 6. Isolation Flanges 27 a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 28 33 04 10. 29 7. Bolts and Nuts 30 a. Mechanical Joints 31 1) Provide bolts and nuts in accordance with Section 33 11 05. 32 b. Flanged Ends 33 1) Meet requirements ofAWWACIIS. 34 a) Provide bolts and nuts in accordance with Section 33 11 05. 35 8. Flange Coatings 36 a. Connections to Steel Flanges 37 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape 38 System in accordance with Section 33 11 05. 39 B. Certificates 40 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet 41 the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 42 or AW WA/ANSI C 153/A21.53. 43 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Marelr 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 11-5 DUCTILE IRON FITTINGS Page 5 of 13 I 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed 7 under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 orAWWA/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 I. The City may, at its own cost, subject random fittings for destructive testing by an l4 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be grounds 17 for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AW WA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 66 22 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED Km] OWNER -SUPPLIED PRODUCTS ]NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be considered 30 as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a substitution 33 and shall be submitted in accordance with Section 01 25 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C 110/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the 39 pipe which the fitting is connected, unless specifically indicated in the Drawings. CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331111-6 DUCTILE IRON FITTINGS Page 6 of 13 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 CI I0/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based on 16 size and type of pipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch —16-inch, 350 psi 19 (2) 18-inch — 48-inch, 250 psi 20 b) PVC C900 and C905 21 (1) 3-inch — 12-inch, 305psi 22 (2) 14-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 factor of 26 2 to I in all sizes 27 3) Retainer glands shall have specific designs for Ductile Iron and PVC and 28 should be easily differentiate between the 2. 29 4) Gland body, wedges and wedge actuating components shall be cast from grade 30 65-45-12 ductile iron material in accordance with ASTM A536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWA C600, while retaining full mechanical joint deflection 33 during assembly as well as allowing Joint deflection after assembly. 34 6) Proper actuation of the gripping wedges shall be ensured with torque limiting 35 twist off nuts. 36 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 37 b. Push -On, Restrained Joints 38 1) Restraining Push -on Joints by means of a special gasket 39 a) Only those products that are listed in 01 60 00 40 b) The working pressure rating of the restrained gasket must exceed the test 41 pressure of the pipe line to be installed. 42 c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier 43 pipe of4-inches to 12-inches 44 d) Otherwise only approved if specially listed on the drawings 45 2) Push -on Restrained Joint bell and spigot 46 a) Only those products list in the standard products list will be allowed for the 47 size listed in the standard products list per Section 01 60 00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 II 11-7 DUCTILE. IRON FITTINGS Page 7of13 1 b) Pressure rating shall exceed the working and test pressure of the pipe line 2 c. Flanged Joints 3 1) AWWA/ANSI C1I5/A21.15, ASME B16.1, Class 125 4 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 5 3) Field fabricated flanges are prohibited. 6 6. Gaskets 7 a. Provide Gaskets in accordance with Section 33 11 05. 8 7. Isolation Flanges 9 a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 10 33 04 10. 11 8. Bolts and Nuts 12 a. Mechanical Joints 13 1) Provide bolts and nuts in accordance with Section 33 11 05. 14 b. Flanged Ends 15 1) Meet requirements of AWWA C115. 16 a) Provide bolts and nuts in accordance with Section 33 11 05. 17 9. Flange Coatings 18 a. Connections to Steel Flanges 19 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape 20 System in accordance with Section 33 11 05. 21 10. Ductile Iron Fitting Exterior Coatings 22 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, 23 on the exterior, unless otherwise specified in the Contract Documents. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. by •dcrec a t„blc • to AWTW /ANSI C111C/A21 Card ACTM A67A 2) Year -of rnanuP.,eturer 3) AWWA/ANSI C1051A21.5 4) 'Mini • in,. D epair A n.. Da.nttgse • n\ Label polycti yll t 1 1 RECi A iMED Al(A T!`Dll la) Provi CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 • \ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2) b) Provide green p 1FL...I s Association Unifornt Colo.. Co let- . ....1,...• F th....o!ye41.ene-wi ap_, g. Polyethylene encasement for use with ductile iron pipe systems shall consist of tin ee laver s of co -extruded linear low density polyethylene (LLDPE), fused into a single thickness of not less than eight mils. h. The inside sui face of the polyethylene wi ap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiologfcally influenced core osion and a volatile cot rosiol inhibitor to control galvanic con osion. i. Minimum widths 331111-8 DUCTILE IRON FITTINGS Page 8 of 13 15 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 16 12. Ductile Iron Fittings Interior Lining 17 a. Cement Mortar Lining 18 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 19 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 20 NSF 61. 21 b. Ceramic Epoxy or Epoxy Linings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 11 11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a 2 Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as 3 shown in Section 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 inches 6 hack from the end of the spigot end must be coated with 6 mils nominal, 10 7 mils maximum using a John Compound as supplied by the manufacturer. 8 a) Apply the joint compound by brush to ensure coverage. 9 b) Care should be taken that the joint compound is smooth without excess 10 buildup in the gasket seat or on the spigot ends. 11 c) Coat the gasket seat and spigot ends after the application of the lining. 12 4) Surface preparation shall be in accordance with the manufacturer's 13 recommendations. 14 5) Check thickness using a magnetic film thickness gauge in accordance with the 15 method outlined in SSPC PA 2. 16 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 17 volt test. 18 a) Repair any defects prior to shipment. 19 7) Mark each fitting with the date of application of the lining system along with 20 its numerical sequence of application on that date and records maintained by 21 the applicator of his work. 22 8) For all Ductile hon Fittings in wastewater service where the fitting has been 23 cut, coat the exposed surface with the touch-up material as recommended by 24 the manufacturer. 25 a) The touch up material and the lining shall be of the same manufacturer. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General 34 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA 35 C600, AWWA M41, and in accordance with the fittings manufacturer's 36 recommendations. 37 2. Lay fittings to the lines and grades as indicated in the Drawings. 38 3. Excavate and backfill trenches in accordance with 33 05 10. 39 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 40 B. Joint Making 41 1. Mechanical Joints with required mechanical restraint WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 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 tightened 3 down evenly then cross torqued in accordance with AWWA C600. 4 c. Overstressing of bolts to compensate for poor installation practice will not be 5 permitted. 6 2. Push -on Joints (restrained) 7 a. All push -on joints shall be restrained push -on type. 8 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 9 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 10 d. Place the gasket in the bell in the position prescribed by the manufacturer. 11 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket 12 and the outside of the spigot prior to entering the spigot into the bell. 13 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to 14 conform to AWWA M-41. 15 3. Flanged Joints 16 a. Use erection bolts and drift pins to make flanged connections. 17 1) Do not use undue force or restraint on the ends of the fittings. 18 2) Apply even and 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 and 23 grades and shown in the Drawings. 24 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 25 c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. 26 d. The manufacturer's recommendation may be used with the approval of the 27 Engineer. 28 C. Polyethylene Encasement Installation 29 1. Preparation 30 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation 31 of polyethylene encasement. 32 1) Prevent soil or embedment material from becoming trapped between fittings 33 and polyethylene. 34 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 35 with minimum space between polyethylene and fittings. 36 I) Provide sufficient slack in contouring to prevent stretching polyethylene where 37 it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or 38 fittings, and to prevent damage to polyethylene due to backfilling operations. 39 2) Secure overlaps and ends with adhesive tape and hold. 40 c. For installations below water table and/or in areas subject to tidal actions, seal both 41 ends of polyethylene tube with adhesive tape at joint overlap. 42 2. Tubular Type (Method A) 43 a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331111-II DUCTILE IRON FITTINGS Page II of 13 1 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 2 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 3 ends. 4 c. Lower fittings into trench with preceding section of pipe. 5 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 6 e. After assembling fittings make overlap of polyethylene tube, pull bunched 7 polyethylene from preceding length of pipe, slip it over end of the fitting and wrap 8 until it overlaps joint at end of preceding length of pipe. 9 f. Secure overlap in place. 10 g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of 11 fitting, securing fold at quarter points. 12 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 section. 16 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. 17 c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of 18 fitting, securing fold at quarter points; secure ends. 19 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 20 proceeding pipe section, bunching it accordion -fashion lengthwise. 21 e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping 22 polyethylene previously installed on each adjacent section of pipe by at least 1 foot; 23 make each end snug and secure. 24 4. Sheet Type 25 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. 26 b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears 27 the fitting ends. 28 c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant 29 of fitting. 30 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 31 e. Lower wrapped fitting into trench with preceding section of pipe. 32 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 33 g. After completing joint, make overlap and secure ends. 34 h. Repair cuts, tears, punctures or other damage to polyethylene. 35 i. Proceed with installation of fittings in same manner. 36 5. Pipe -Shaped Appurtenances 37 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 38 polyethylene in same manner as pipe and fittings. 39 6. Odd -Shaped Appurtenances 40 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped pieces in 41 tube, wrap with flat sheet or split length polyethylene tube by passing sheet under 42 appurtenances and bringing it up around body. 43 b. Make seains by bringing edges together, folding over twice and taping down. 44 c. Tape polyethylene securely in place at the valve stem and at any other penetrations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'rloN DOCUMENTS Revised March 25, 2022 W ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331111 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 7. Repairs 2 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or 3 with short length of polyethylene sheet or cut open tube, wrapped around fitting to 4 cover damaged area, and secure in place. 5 8. Openings in Encasement 6 a. Provide openings for branches, service taps, blow -offs, air valves and similar 7 appurtenances by making an X-shaped cut in polyethylene and temporarily folding 8 back film. 9 b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, 10 as well as other damaged area in polyethylene with tape. 1 1 c. Service taps may also be made directly through polyethylene, with any resulting 12 damaged areas being repaired as described above. 13 9. Junctions between Wrapped and Unwrapped Fittings L4 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 15 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 16 b. Secure end with circumferential turns of tape. 17 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape 18 for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. 19 D. Blocking 20 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, crosses 21 and plugs in the pipe lines as indicated in the Drawings. 22 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to 23 the thrust. 24 3. The supporting area for each block shall be at least as great as that indicated on the 25 Drawings and shall be sufficient to withstand the thrust, including water hammer, which 26 may develop. 27 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 28 5. If the Contractor encounters soil that appears to be different than that which was used to 29 calculate the blocking according to the Drawings, the Contractor shall notify the 30 Engineer prior to the installation of the blocking. 31 3.5 REPAIR/RESTORATION 32 A. Patching 33 1. Excessive field -patching is not permitted of lining or coating. 34 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 35 100 square inches and has no dimensions greater than 12 inches. 36 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 37 fitting. 38 4. Wherever necessary to patch the fitting: 39 a. Make patch with cement mortar as previously specified for interior joints. 40 b. Do not install patched fitting until the patch has been properly and adequately cured 41 and approved for laying by the City. 42 c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331111-13 DUCTILE IRON FITTINGS Page 13 of 13 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD jolt] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 I. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as 6 specified in Section 33 04 40. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE I2/20l2012 D. Johnson 1.2.A. Lc — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 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 9/20/2017 W. Norwood 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 331113-1 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 1 of 19 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 Fort Worth Standard Specification 1. Added 1.3.A.3.H 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 1.9.A.1.a 9. Modify 1.9.C.2.a 10. Added 1.10.A.4.d.iv 11. Added 1.10.A.4.d.v 12. Added 2.2 B.6 & 7 13. Modified 2.2.B.9.a.l.g 14. Modify 22B12a 15. Modify 2.2.B.19.a 16. Added 2.2.C.1.e.12, 13, & 14 17. Added 2.2.C.1.g 18. Added 2.2.C.1.h 19. Added 2.2.C.2.b.2 & 3 20. Added 2.2.C.2.c.1.b & c 21. Added 2.2.C.1.e.8 & 9 22. Added 2.2.C.7. 23. Modify 3.4.B.3 24. Modify 3 4 C 1 e.1 25. Added 3.4 C.2.a.6 26. Modify 3.4.C.4.a 27. Added 3 7 A.2 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 - 2 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 2 of 19 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Contract 2. Division 1 3. Section 33 4. Section 33 5. Section 33 6. Section 33 7. Section 33 — Bidding Requirements, Contract Forms, and Conditions of the — General Requirements 01 31 — Closed Circuit Television (CCTV) Inspection 04 10 — Joint Bonding and Electrical Isolation 04 40 — Cleaning and Acceptance Testing of Water Mains 05 10—Utility Trench Excavation, Embedment and Backfill 11 05 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement 1) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid per linear foot for "Concrete AWWA C303 Pipe" installed for: a) Various sizes b) Various types ofbackfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction ofbackfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. CITY OF FORT WORTH W ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113-3 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE Page 3 of 19 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 ofbackfill 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 ofbackfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME)• a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. f C144, Standard Specification for Aggregate for Masonry Mortar g. CI50, Specification for Poi Eland Cement. h. C595, Standard Specification for Blended Hydraulic Cements i. C293, Standard Test Method foi Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading). J. C497, Methods of Testing Concrete Pipe. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 - 4 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 4 of 19 k. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. I. C 1090, 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 Industry. 4. American Welding Society (AWS): a. D1.1, 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). L4 ADMINISTRATIVE REQUIREMENTS [NOT USED] L5 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. l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. John Wrappers a. Material data b. Installation recommendations 3. Flexible Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar for interior Joints and patches b. Bonding agents for patches 5. Gaskets (if applicable) CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE MARCH 2023 331113-5 CONCRETE PRESSURE PIPE, BAR -WRAPPED STEEL CYLINDER TYPE Page 5 or 19 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 I) 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 layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Cylinder thickness c. Bar diameter and spacing d. Joint types e. Fittings 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 foi field welds from an independent certified welding inspector not employed by the pipe manufacturer. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS COPY PROJECT NO. 103292-3 Revised November 29,2022 PROJECT DATE: MARCH 2023 331113-6 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 6 of 19 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 AWWA C303. B. Certifications 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C303 and these Specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer c. Mill certificates, including chemical and physical test results for each heat of steel 1) The manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials, except that the absorption test detailed in this Specification shall supersede the requirements of the applicable portion of AWWA C303. d. Certified test reports for welder certification for factory and field welds in accordance with AWWA C303, Section 5 e. Certified test reports for cement mortar tests f. Certified test reports for steel cylinder tests C. Hydrostatic Pressure Testing 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 IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 -7 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 7 of 19 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 pei cent 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 Inspection 1. The City reserves the option to have an independent testing laboratory, at the City's expense, inspect pipe and fittings at the pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to pipe fabrication as to start of fabrication and fabricating schedule. The City will then advise the manufacturer as to City's decision regarding tests to be performed by an independent testing laboratory. c In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot testing of each category unless the tests do not show compliance with the standard. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCI IMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 -8 CONCRETE PRESSURE' PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 8 of 19 1) If these tests do not show compliance, the City reserves the right to have the laboratory make additional tests and observations. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a In the event that an abnormal production time is required, and the City is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the City for such costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. F. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative 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 I . 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 1 g ` and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. i. Internal stalls shall consist of timber or steel firmly wedged and secured so that stuns remain in place during storage, shipment and installation. CITY OF FORT WORTH WESTSIDE-IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 -9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 19 ii. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. iii. At a minimum, shills shall be placed at each end and center. iv. Pipe shall be stulled as required to maintain roundness of +/- 1%, or D2/4,000 (inches) whichever is less, during shipping and handling. v. Do not i emove stulls until pipe is backfilled. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been dehveled 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 reconunendations 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 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 a. Aggregates for concrete lining and coating shall conform to ASTM C33. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113 -10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 10 of 19 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 centi ifugally 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. 0 Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C150, Type I or Type II or ASTM C595 Type IL Cement. h) Sand shall conform to ASTM C144. 2) Cement mortar used for patching shall be mixed as per cement mortar for inside joints. 10. Joint Wrappers a. Joint wrappers shall be manufactured by Mar -Mac Manufacturing Company, or approved equal. b. For pipe within casing, Flex Protex Joint filler, or approved equal, 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 1) Flange in accordance with AWWA C207. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113 -11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 19 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 furnish and install brass bushings for the outlet size indicated. 18. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 19. Snap Rings a. Snap rings shall be manufactured by Hansen Thompson Pipe Group, or approved equal. C. Performance / Design Criteria 1. Pipe Design a. Pipe shall be designed, manufactured and tested in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. Sizes and pressure classes (working pressure) shall be as specified in the Drawings. c. For the purposes of pipe design, working pressure plus transient pressure shall be as indicated below. d. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. e. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA M9 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pounds per cubic foot 2) Live Load = AASHTO H-20 truck for unpaved conditions 3) Live Load = Cooper E-80 loading for railroad crossings 4) Trench Depth = As indicated on Drawings 5) Coefficient Ku = 0.150 6) Trench Width (Bd) as indicated on Drawings 7) Bedding Conditions = as indicated on Drawings 8) Pressure Class = 150 psi min. working pressure 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 12) Maximum calculated deflection, DV=Dx=1% or D2/4,000 (inches), whichever is less CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS crry PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 - 12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 12 of 19 13) Coefficient It = 0.09 14) Pipe shall be designed for full vacuum conditions. f. Trench depths indicated on Drawings shall be verified after existing utilities are located. I) 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 concurs ence from the pipe manufacturer) will be i equired 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. h. Steel Provided 1) Bar reinforcement = 40% of the total area of circumferential r einforcement 2) Steel Cylinder = 60% of the total area of circumferential 1 einforcement 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 of 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. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO IRD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS COPY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113 -13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEI. CYLINDER TYPE Page 13 of 19 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. I) 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 hoi izontal points of mflection regardless of if those locations are indicated to be restrained in the Drawings. 4) Welding(restraint) of joints on curved pipe sections (with minimum radius shown on Drawings) at e not required to be restrained, unless called out on Drawings, of if thrust design warrants 5) Restrained joints shall consist of welded joints or snap rings. 6) In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. c. Thrust restraint design 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9, TRDP, and the following: a) The Weight of Earth (We) shall be calculated as the weight of the projected soil prism above the pipe. (I) Soil Density= 130 pounds per cubic foot (maximum value to be used for unsaturated soil). b) Thrust design pressure equal to the working pressure plus surge pressure. c) Friction factor = 0.25 d. Thrust collars will only be permitted for temporary plugs. 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer. 3. Inside Diameter a. The inside diameter, of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance with Section 33 04 10. 5. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 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 accormnodate 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. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 - 14 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 14 or 19 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 B16.1 Class 125 for areas designated with a 225 psi test pressure. 7. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 23,000 psi. The minimum thickness of sheet or plate for fittings shall be in accordance with AWWA C303. 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. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 13 - 15 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page IS of 19 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 occwred, repair the damage before laying the pipe. c. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. d. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. 1) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. Use 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. I) 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 bvo hours to allow mortar to set up At the start of the project, excavate two joints of pipe to verify mortar does not have shrinkage cracks. 3. Interior Joints a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113 -16 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 16 of 19 b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weld joints in accordance with the AWWA M9 and AWWA C2O6. 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. In all hand welding: 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 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 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN -- ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 1 l 13 - 17 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 17 of 19 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. 2) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. k. Weld Testing 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections 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., shalt 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. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113 -18 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 18 of 19 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field [oR] Site Tests and Inspections 1. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 1) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. 2. Deflection Testing a. Prior to hydrostatic testing, the City's inspector and Contractor shall perform deflection testing at a minimum rate of 2 measui ements for every Joint of pipe b. City may select any areas not meeting the deflection requirements of this Section. c. Complete internal welding of joints, welding inspections and grout of the inside joints prim to measuring deflection. The welding inspections shall be done by an independent CWI as desciibed 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 fin st joint of pipe. 3) Measui ements shall be recorded by the Contractor. 4) Make deflection measurements no sooner than 5 days and no later than 30 days after backfilling operations are complete. e. Deter mine deflection with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be cleIrly harked on the interior of the pipe. 1) For pipe joints 36 feet in length of less, vertical measurements shall be taken at two locations, 1/4 distance from each pipe end. 2) Foi pipe joints exceeding 36 feet in length, vertical measurements shall be taken tit 3 locations including 'A -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 repah of the coating It is the Contractor's 1 esponsibihty to continuously measure and calculate pipe deflection to verify it meets specification. 3. Closed Circuit Television (CCTV) Inspection CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331113 -19 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 19 of 19 a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 01 31. 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 NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 1.10.A.4.d. — Size revision for stull requirement 2.2.B.10, II, 12 and 13 — Added reference to Sections 33 1 105 and 33 04 10; removed material specifications for bolts, nuts and gaskets CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14 - I BURIED STEEL PIPE AND FITTINGS Page 1 of 31 1 SECTION 33 11 14 2 BURIED STEEL PIPE AND FITTINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for getable 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 I l 4. Added 1 3.A.6.j & k 12 5. Added 1 3.A.12.f 13 6. Modified 1.6.13.1.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.C.1.11 & 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.k.1 22 15. Modified 2.2.B.2.a.1.k.2 & 3 23 16. Deleted 2.2.B 2.b.l.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.1 ea 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 2.2.0 1 g 37 30. Added 2.2.C.2.b.1 and 2. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 31 1 31. Modified 2.2.C.2.c 2 32. Modified 2.2.C.2.d 3 33. Modified 2.2.C.4.a & e 4 34. Modified 2.2.C.5.a 5 35. Modified 2.2.C.6.b 6 36. Modified 2.2.C.8.a 7 37. Modified 2.2.C.9.c.3.b.1 8 38. Modified 2.2.C.9.c.8 9 39. Modified 2.2.C.9.d.1 10 40. Modified 2.2.C.9.e.3 & 6 11 41. Modified 2.2.C.10.b.9 12 42. Added 2.2.C.11 13 43. Added 2.4.D.2 e 14 44. Deleted 2 4 D.3 15 45. Modified 3 4.A.1 16 46. Modified 3.4.B.2 l7 47. Added 3.4.C.3 18 48. Modified 3.4.D.1.d 19 49. Modified 3.4.D.2.a.3 20 50. Modified 3.4.E.6 21 51. Added 3 4 G.1.a.4 22 52. Modified 3.4.G.1.c 23 53. Modified 3.4.G.1.d 24 54. Modified 3.5.A 25 55. Deleted 3.5.A.1.a 26 56. Added 3.7.A.3 a.1-6 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the 29 Contract 30 2. Division 1 - General Requirements 31 3. Section 33 01 31 - Closed Circuit Television (CCTV) Inspection 32 4. Section 33 04 10 Joint Bonding and Electrica! Isolation 33 5. Section 33 04 40 - Cleaning and Acceptance Testing of Water Mains 34 6. Section 33 05 10-Utility Trench Excavation, Embedment, and Backfill 35 7. Section 33 11 05 - Bolts, Nuts, and Gaskets 36 1.2 PRICE AND PAYMENT PROCEDURES 37 A. Measurement and Payment 38 1. Buried Steel Pipe 39 a. Measurement CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 31 1 1) Measured horizontally along the surface from center line to center line of 2 the fitting or appurtenance 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per linear foot of "Steel AWWA C200 Pipe" installed for: 7 a) Various sizes 8 b) Various type of backfill 9 c. The price bid shall include: 10 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 11 Drawings 12 2) Mobilization 13 3) Coating 14 4) Lining 15 5) Pavement removal 16 6) Excavation 17 7) Hauling 18 8) Disposal of excess material 19 9) Furnishing, placement and compaction of embedment 20 10) Thrust restraint 21 11) Bolts and nuts 22 12) Welding 23 13) Gaskets 24 14) Furnishing, placement and compaction of backfill 25 15) Trench water stops 26 16) Clean-up 27 17) Cleaning 28 18) Disinfection 29 19) Testing 30 2. Buried Steel Pipe Fittings 31 a. Measurement 32 1) Measurement for this Item shall be by lump sum. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" will be paid for at the 36 lump sum price bid for "Steel Fittings". 37 c. The price bid shall include: 38 1) Furnishing and installing Buried Steel Pipe with Joints as specified by the 39 Drawings 40 2) Mobilization 41 3) Coating 42 4) Lining 43 5) Pavement removal 44 6) Excavation 45 7) Hauling 46 8) Disposal of excess material 47 9) Furnishing, placement and compaction of embedment 48 10) Thrust restraint 49 11) Bolts and nuts CITY OF FORT WORTH WESTS[DE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 II 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 31 1 12) Welding 2 13) Gaskets 3 14) Furnishing, placement and compaction of backfill 4 15) Trench water stops 5 16) Clean-up 6 17) Cleaning 7 18) Disinfection 8 19) Testing 9 1.3 REFERENCES 10 A. 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 Association of State Highway and Transportation Officials(AASHTO). 15 3. American Society of Mechanical Engineers (ASME): 16 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 17 4. ANSI International (ASTM): 18 a. 19 Tensile Strength A193, Standard Specification for Alloy -Steel and 20 Stainless Steel Bolting for High -Temperature or H'gh-Pressure Service 21 and Other Special Purpose Application. 22 b. B 117, Standard Practice for Operaf ig Salt Spray (Fog) Apparatus. 23 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 24 Steel. 25 d. C33, Standard Specifications for Concrete Aggregates. 26 e. C144, Standard Specification for Aggregate for Masonry Mortar. 27 f. C150, Standard Specification for Portland Cement. 28 g. C595, Standard Specification for Blended Hydraulic Cements 29 h. C216, Standard Specification for Facing Brick (Solid Masonry Units Made 30 from Clay of Shale). 31 1. D 16, Standard Terminology for Paint, Related Coatings, Materials, and 32 Applications. 33 I. D242, Standard Specification for Mineral Filler for Bituminous Paving 34 Mixtures. 35 k. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 36 Coatings. 37 1. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 38 in. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable 39 Adhesion Testers. 40 n. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 41 5. American Welding Society (AWS) 42 a. D 1.1, Structure Welding Code - Steel. 43 6. American Water Works Association (AWWA): 44 a. C200, Steel Water Pipe - 6 Inches and Larger. 45 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 46 and Larger Shop -Applied. 47 c. C206, Field Welding of Steel Water Pipe. CITY OF FORT WORTH \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-5 I3URIED STEEL PIPE AND FITTINGS Page 5 of 31 1 d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN 2 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 3 f. C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel 4 Water Pipelines. 5 g. C216, Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of 6 Special Sections, Connections, and Fittings for Steel Water Pipelines 7 h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 8 and Fittings 9 i. M11, Steel Pipe - A Guide for Design and Installation. 10 j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of 11 Special Sections, Conection, and Fittings I'm Steel Water Pipelines 12 k. C604, Installation of Steel Water Pipe 13 7. American Water Works Association/American National Standards Institute 14 (AWWA/ANSI): 15 a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 16 Fittings. 17 8. International Organization for Standardization (ISO). 18 9. NACE International (NACE): 19 a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 20 Conductive Substrates. 21 10. NSF International (NSF): 22 a. 61, Drinking Water System Components - Health Effects. 23 11. Spray Polyurethane Foam Alliance (SPFA). 24 12. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 25 (NACE) 26 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 27 b. SP I, Solvent Cleaning. 28 c. SP 2, Hand Tool Cleaning. 29 d. SP 3, Power Tool Cleaning. 30 e. SP 10/NACE No. 2 Near -White Blast Cleaning 31 f. SP 5 White Metal Abrasive Blast 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 36 specials. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Exterior Coating 40 a. Material data 41 b. Application recommendations 42 c. Field touch-up procedures 43 2. Heat Shrink Sleeves, if applicable 44 a. Material data CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 31 1 b. Installation recommendations 2 3. Joint Wrappers, if applicable 3 a. Material data 4 b. Installation recommendations 5 4. Mixes 6 a. Mortar for interior Joints and patches 7 b. Bonding agents for patches 8 5. Gaskets 9 B. Shop Drawings 10 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 11 Texas including: 12 a. Internal pressure 13 1) Maximum design working pressure 14 2) Surge pressure 15 b. External pressure 16 I) Deflection 17 2) Buckling 18 3) Extreme loading conditions 19 c. Special physical loading such as supports or Joint design 20 d. Thermal expansion and/or contraction 21 2. Thrust restraint calculations for all fittings and valves including the restraint length 22 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 23 shown in the Drawings. 24 3. Fabrication and lay drawings showing a schematic location with profile and a 25 tabulated Iayout schedule that is sealed by a Licensed Professional Engineer in 26 Texas and includes: 27 a. Pipe wall thickness 28 b. Joint types 29 c. Fittings 30 d. Outlets 31 e. Thrust Restraint 32 f. Stationing (in accordance with the Drawings) 33 g. Transitions 34 h. Joint deflection 35 Interior lining 36 J. Outlet locations for welding, ventilation, and access 37 k. Welding requirements and provisions for thermal stress control 38 1. Contractor's proposed field welding procedure in accordance with AWWA 39 C206 and AWS D1.1 40 C. Certificates and Test Reports 41 1. Prier to Within 30 days of shipment of the pipe, the pipe manufacturer shall submit 42 the following: 43 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 44 complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 45 and these Specifications. 46 b. Copies of results of factory hydrostatic tests shalt be provided to the Engineer. CrrY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 31 1 c. Mill certificates, including chemical and physical test results for each heat of 2 steel. 3 d. A Certified Test Report from the polyurethane coating manufacturer indicating 4 that the coatings were applied in accordance with manufacturer's requirements 5 and in accordance with this Specification. 6 e. Certified test reports for welder certification for factory and field welds in 7 accordance with AWWA C200, Section 4.11. 8 f. Certified test reports for cement mortar tests. 9 g. Certified test reports for steel cylinder tests 10 h. Certified test reports for factory welds of fittings from an independent 11 certified welding inspector, not employed by the pipe manufacturer. 12 i. Cei tified test report for field welds from an independent certified welding 13 inspector, not employed by the pipe manufacturer. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Qualifications 18 1. Manufacturers 19 a. Shall be certified under S.P.F.A. or I.S.O. 9001 quality certification program 20 for steel pipe and accessory manufacturing 21 b. Finished pipe shall be the product of 1 manufacturer. 22 c. Pipe and fitting manufacturing operations (pipe, lining and coatings) shall be 23 performed under the control of the manufacturer. 24 d. The pipe manufacturer shall not have less than 5 years successful experience 25 manufacturing pipe, including the lining and coating, to AWWA Standards of 26 the particular type and size indicated or demonstrate an experience record that 27 is satisfactory to the Engineer and City. 28 I) This experience record will be thoroughly investigated by the Engineer, and 29 acceptance will be at the sole discretion of the Engineer and City. 30 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be 31 performed under the control of the manufacturer 32 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 33 AWWA C205, AWWA C210 and AWWA C222. 34 1.10 DELIVERY, STORAGE, AND HANDLING 35 A. Packing 36 1. Prepare pipe for shipment to: 37 a. Afford maximum protection from normal hazard of transportation 38 b. Allow pipe to reach project site in an undamaged condition 39 2. Pipe damaged in shipment shall not be delivered to the project site unless such 40 damaged pipe is properly repaired. 41 3. After the completed pipe and fittings have been removed from the final cure at the 42 manufacturing plant: 43 a. Protect pipe lining from drying by means of plastic end covers banded to the 44 pipe ends. 45 b. Maintain covers over the pipe ends at all times until ready to be installed. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 31 c. Moisture shall be maintained inside the pipe by periodic addition of water, as 2 necessary. 3 4 5 6 7 b. 8 c. 9 10 d. 11 12 13 14 15 16 17 18 19 20 21 22 wtisvpctipn that r ,al ef- t..n...,,:r.�.l-i, 23 Installation. 24 i. Pipe shall be stulled as required to maintain roundness of+/- 1%, or 25 D2/4,000 (inches) whichever is less, during shipping and handling. 26 B. Delivery, Handling, and Storage 27 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the 28 Contractor shall inspect the pipe's interior coating for excessive cracking. 29 2. If excessive cracking is found, the Contractor shall modify shipping procedures to 30 reduce or eliminate cracking. 31 3. Deliver, handle and store pipe in accordance with the manufacturer's 32 recommendations to protect coating systems. 33 4. Secure and maintain a location to store the material in accordance with Section 01 34 66 00. 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. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with shills to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stuns remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 shill remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional shills may be required depending upon the length of the joints and pipe design. 4) Shills shall not be removed until backfill operations are complete, 35 1.11 FIELD CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2- PRODUCTS 38 2.1 OWNER -FURNISHED [NOT USED] 39 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 40 A. Manufacturers 41 1. Only the manufacturers as listed by the City's Standard Products List will be 42 considered as shown in Section 01 60 00. 43 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 1 2 3 331114-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 31 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 4 1. General 5 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 6 C200, AWWA C205, AWWA C210 and AWWA C222. 7 b. All pipe lining material in contact with potable water shall meet the 8 requirements of NSF 61. 9 2. Exterior Polyurethane Coating 10 a. For Pipe: 11 1) Polyurethane Coating shall be factory applied and meet the requirements of 12 AWWA C222. Use a Coating Standard ASTM DI6, Type V system which 13 is a 100 percent solids, 2-component polyurethane (or 2-package 14 polyisocyanate, polyol-cured urethane) coating. Polyurethane shall meet 15 the minimum laboratory testing standards. 16 a) Components shall have balanced viscosities in their liquid state and 17 shall not require agitation during use. 18 b) Conversion to Solids by Volume: 97 percent f 3 percent 19 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 20 d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has 21 been blasted to comply with SSPC SP 5/NACE No. 2 22 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 23 cure within 7 days at 70 degrees F 24 e) Maximum Specific Gravities 25 (1) Polyisocyanate resin, 1.20 26 (2) Polyol resin, 1.15 27 f) Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter 28 steel ball 29 g) Minimum Tensile Strength: 2000 psi 30 h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in 31 accordance with ASTM D2240 32 i) Flexibility Resistance 33 (1) ASTM D522 using I -inch mandrel 34 (2) Allow coating to cure for 7 days 35 (3) Perform testing on test coupons held for 15 minutes at temperature 36 extremes specified above. 37 j) Dry Film Thickness: 35 mils 38 k) Coating shall be a self priming, plural component, 100 percent solids, 39 non -extended polyurethane, suitable for burial or immersion and shall 40 be: 41 (13 42 Indust itci^. I..e 43 (2) Durashield 110, Durashield 210, or Durashield 310 as 44 manufactured by LifeLast, Inc., or 45 (3) Carboline Polygard 777 or 777PL 46 2) The coating manufacturer shall have a minimum of 5 years of experience in 47 the production of this type coating. 48 b. For Specials, Fittings, Repair and Connections 49 I) Provide shop -applied and field -applied coating as follows: CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 1 3 4 5 6 7 8 33 1 114 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 31 b) Durashield 110, 210, 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Carbolinc Polygard 777 or 777PL d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations 9 3. Cement Mortar Linings l0 a. Cement mortar linings shall be shop -applied (plant -spun). l l b. Shop -applied cement mortar linings shall conform to the requirements of 12 AWWA C205 with the following modifications: 13 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not l4 leach in water. LS 2) Curing of the linings shall conform to the requirements of AWWA C205. 16 3) Cement mortar linings shall be dense and smooth without bumps, 17 blisters ridges, m spatting to the satisfaction of the Engineer. Lining 18 shall be in intimate contact with steel cylinder and shall not have a 19 drumming sound when tapped 20 4. Gaskets 21 1) Flange gaskets in accordance with AWWA C207. 0-ring gaskets in 22 accordance with AWWA C200. 23 2) Provide Gaskets in accordance with Section 33 11 05. 24 5. Bolts and Nuts 25 a. Flanged Ends 26 1) Flange in accordance with AWWA C207. 27 2) Provide bolts and nuts in accordance with Section 33 11 05. 28 6. Flange Coatings 29 a. Flange Coatings in accordance with Section 33 11 05. 30 7. Steel shall: 31 a. Meet the requirements of AWWA C200 (42,000 psi minimum yield strength) 32 b. Be of continuous casting 33 c. Be homogeneous 34 d. Be suitable for field welding 35 e. Be fully killed 36 f. Be fine austenitic grain size 37 8. Bend Fittings 38 a. Fabricate all fittings from hydrostatically tested pipe. 39 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 40 All bend fittings shall have a minimum radius of 2.5 times the diameter. 41 9. Threaded Outlets 42 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 43 install brass bushings for the outlet size indicated. 44 10. Weld Lead Outlets 45 a. Use of threaded outlets for access for weld leads is permitted. 46 b. Additional outlet configurations shall be approved by the Engineer. 47 c. Outlets shall be welded after use and covered with a heat shrink sleeve. 48 11. Mixes CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14 - 11 I1URIED STEEL PIPE AND FITTINGS Page 11 of 31 1 a. Mortar for Joints 2 1) Mortar shall be 1 part cement to 2 parts sand. 3 2) Cement shall be ASTM C15O, Type I or Type II or ASTM C595 Type IL 4 Cement. 5 3) Sand shall be of sharp silica base. 6 a) Sand shall conform to ASTM C144. 7 4) Interior Joint mortar shall be mixed with as little water as possible so that 8 the mortar is very stiff, but workable. 9 5) Exterior joint mortar shall be mixed to the consistency of a thick 10 cream. 11 6) Water for cement mortar shall be from a potable water source. 12 7) Mortar for patching shall be as per interior Joints. 13 b. Bonding Agent 14 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 15 lining is in contact with potable water. 16 2) Bonding agent for cement mortar lining patching shall be: 17 a) Probond Epoxy Bonding Agent ET-150, parts A and B 18 b) Sikadur 32 Hi -Mod, or 19 c) Approved equal 20 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 21 a. Primer: Provide as recommended by the sleeve manufacturer. 22 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 23 manufacturer for all locations which have 1/8", or larger, change in outside 24 diameter. 25 1) Size and type shall be as recommended by the sleeve manufacturer for type 26 of pipe and Joint. Filler material shall have a melting point of 500 27 degrees F or higher Filler shall be Canusa SG79 or Raychem 28 covalence 939 filler 29 c. Joint Coating: Cross linked polyolefin wrap or sleeve with a mastic sealant, 85 30 mils total thickness, suitable for pipeline operating temperature sleeve material 31 recovery- as recommended by the manufacturer. 32 1) Standard recovery sleeve shall be used for welded or bell and spigot 33 joints. High recovery sleeves shall be provided for flanged and coupling 34 style joints with a minimum of 50 percent recovery. 35 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 36 coating on each side of the Joint. Sleeve shall be a minimum of 17 inches 37 wide. 38 3) Width to take into consideration sluinkage of the sleeve due to installation 39 and Joint profile 40 d. Heat shrink sleeves shall meet AWWA C216 as manufactured by: 41 1) Canusa CPS: Aqua -Shield AQW — WAB System 42 2) Raychem, or Berry CPG — Covalence: Water Wrap - WAB 43 3) Approved 44 e. Provide heat shrink sleeve suitable to interior Joint welding without damage to 45 heat shrink sleeve. 46 13. Special Coatings in Tunnels and Casings: CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2O23 BURIED STEE 331114 -12 PIPE AND FITTINGS Page 12 of 31 1 a. Pipe within a casing or tunnel shall be a mortar coating over the 2 polyurethane coating. The coating shall contain at least two mortar bands 3 at a minimum of two inches thick and thick enough to have a larger 4 outside diameter than the bell (including heat slit ink sleeve). The intent of 5 the mortar coating is to allow the pipe to be installed by skidding on rails. 6 The Manufacturer shall design the mortar bands and reinforcement 7 sufficiently to prevent damage to the coating from the installation process. 8 C. Performance / Design Criteria 9 1. Pipe Design 10 a. Steel pipe shall be designed, manufactured and tested in conformance with 11 AWWA C200, AWWA M11 and these Specifications. 12 b. Sizes and pressure classes (working pressure) shall be as shown below. 13 c. For the purpose of pipe design, the transient pressure plus working pressure 14 shall be as indicated below. 15 d. Fittings, specials and connections shall be designed for the same pressures as 16 the adjacent pipe. 17 e. Pipe design shall be based on trench conditions and the design pressure in 18 accordance with AWWA MI1; using the following parameters: 19 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 20 2) Live Load 21 a) = AASHTO HS 20, at all locations except at railroads 22 b) = Cooper E80, at Railroads 23 3) Trench Depth = As indicated in the Drawings 24 4) Deflection Lag Factor (DI) = 1.0 25 5) Coefficient (K) = 0.10 26 6) Maximum Calculated Deflection: 27 a) Dx = 3 percent (for polyurethane coated pipe) 28 b) Dx = 2 percent (for cement mortar coated pipe) 29 7) Soil Reaction Modulus (E') < 1,000 30 8) Working Pressure = 150 psi 31 a) Test Pressure = 32 (1) No less than 1.25 minimum times the stated working pressure (187 33 psi minimum) of the pipeline measured at the highest elevation 34 along the test section. 35 (2) No less than 1.5 times the stated working pressure (225 psi 36 minimum) at the lowest elevation of the test section. 37 9) Surge Allowance = 100 psi, minimum 38 a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi 39 10) Design pipe for full vacuum conditions without buckling or damage to 40 lining, coating, or pipe joints. 41 f. Fittings and specials shall be: 42 I) Designed in accordance with AWWA C208 and AWWA MI I except that 43 crotch plates shall be used for outlet reinforcement for all Pressure 44 Diameter Values, PDV, greater than 6,000. 45 g. Where the pipe requires additional external support to achieve the specified 46 maximum deflection, the Contractorand-pipe-supplier (with concurrence 47 from the pipe manufacturer) will be required to furnish alternate methods for 48 pipe embedment. CITY OF FORT WORTH 1VESTSIDE IV TRANSMISSION MAIN -- ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14 - 13 BURIED STEEL PIPE AND FITTINGS Page 13 of 31 1 1) No additional compensation will be made to the Contractor by the City 2 where this method is required. 3 h. Trench depths indicated shall be verified after existing utilities are located. 4 1) Vertical alignment changes required because of existing utility or other 5 conflicts shall be accommodated by an appropriate change in pipe design 6 depth. 7 2) In no case shall pipe be installed deeper than its design allows. 8 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 9 City. 10 2. Provisions for Thrust 11 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 12 1) Thrust at bends adjacent to casing shall be restrained by welding joints 13 through the casing and a sufficient distance each side of the casing. 14 2) The distance for thrust restraint shown on the Drawings is the minimum 15 restraint and does not relieve the manufacturer from calculating the restraint 16 needs as specified herein. 17 a) In no case shall the restrained distance be less than indicated on the 18 Drawings. 19 b. Restrained joints shall be used a sufficient distance from each side of the bend, 20 tee, plug or other fitting to resist thrust which develops at the design pressure of 21 the pipe. 22 1) At a minimum, all fittings and specials with outlets shall be welded to 23 connecting pipes n egardless of if the fittings are indicated to be 24 restrained in the Drawings. 25 2) Weld all joints at vertical and horizontal points of inflection regardless 26 of if those locations are indicated to be restrained in the Drawings. 27 3) Welding(restraint) of joints on curved pipe sections (with minimum 28 radius shown on Drawings) an a not required to be restrained, unless 29 called out on Drawings, on if thrust design warrants. 30 c. Restrained joints shall consist of welded joints (or flanged joints if shown on 31 the Drawings). 32 d. The length of pipe designed with restrained joints to resist thrust shall be 33 verified by the pipe manufacturer in accordance with AWWA Mil and the 34 following: 35 1) The weight of the earth (We) shall be calculated as the weight of the 36 projected soil prism above the pipe, for unsaturated soil conditions 37 2) Soil Density = 110 130 pounds per cubic foot (maximum value to be used), 38 for unsaturated soil conditions 39 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane 40 coated steel pipe). 41 4) If indicated on the Drawings and the Geotechnical Borings that ground 42 water is expected, account for reduced soil density. 43 5) For horizontal bends, the length of pipe to be restrained shall be calculated 44 as follows: 45 46 L= PA(I —cosA) 47 f (2We+ Wp + Ww) 48 49 Where: CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJEC 1' DATE: MARCH 2023 33 1 1 14 - 14 BURIED STEEL PIPE AND FITTINGS Page 14 of 31 1 A = Deflection angle 2 L = Length of pipe to be restrained on each side 3 P = internal pressure (working pressure plus surge allowance) 4 A = Cross sectional area of pipe steel cylinder I.D. 5 We = Weight of prism of soil over the pipe 6 W1, = Weight of pipe 7 W,,, = Weight of water 8 f = Coefficient of friction between pipe and soil 9 3. Inside Diameter I0 a. The inside diameter, including the cement -mortar lining, shall be a minimum of 11 the nominal diameter of the pipe specified, unless otherwise indicated on the 12 Drawings. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 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 d. Pipe which is placed in casing or tunnel s iall have a minimum pipe wall s eel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 23,000 psi. 35 5. Seams 36 a. Except for mill -type pipe, the piping shall be made from steel plates or coils 37 rolled into cylinders or sections thereof with the longitudinal and girth seams 38 butt welded or shall be spirally formed and butt welded. 39 1) There shall be not more than 2 longitudinal seams. 40 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 41 except in specials and fittings. 42 6. Joint Length 43 a. Maximum joint length shall not exceed 50 feet. 44 b. Maximum joint length of steel pipe installed in casing shall meet -the -project 45 knot exceed 25 feet. CITY OF FORT WORTII \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 31 1 c. Manufactured random segments of pipe will not be permitted for straight runs 2 of pipe. 3 I) Closing piece segments, however, shall be acceptable. 4 7. Joint Bonds, Insulated Connections and Flange Gaskets 5 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 6 with Section 33 04 10. 7 8. Bend Fittings 8 a. All bend fittings shall be long radius (minimum 2.5 times the pipe ID) to 9 permit passage of pipeline pigs. 10 9. Pipe Ends 11 a. Pipe ends shall be: 12 1) Lap welded slip Joints 13 2) Butt strap Joint 14 3) Flanged joint 15 4) Flexible coupled joint 16 5) Roll groove gasket Joint 17 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 18 resist thrust forces. 19 1) Thrust at bends adjacent to casing shall be restrained by welding joints 20 through the casing and a sufficient distance each side of the casing. 21 c. Rubber Gasket Joint 22 1) Rubber gasketed joints (0-ring or Carnegie Joints) will only be allowed for 23 pipe sizes 54-inch diameter and smaller. 24 2) Joints shall conform to AWWA C200 standard. 25 3) The joints shall consist of: 26 a) Bell 27 (1) Flared bell end formed and sized by forcing the pipe or a plug die 28 or by expanding on segmental dies. 29 b) Spigot 30 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 31 AWWA C200 and as shown as Item A or B in Figure 6-1 of the 32 AWWA M11 Fifth Edition. 33 4) The welded area of bell and spigot pipe ends shall be checked after forming 34 by the dye penetrant or magnetic particle method. 35 5) The difference in diameter between the interior diameter (I.D.) of the bell 36 and the outer diameter (O.D.) of the spigot shoulder at point of full 37 engagement with an allowable deflection shall be no more than 0.04 inches 38 as measured on the circumference with a diameter tape. 39 6) The gasket shall have sufficient volume to approximately fill the area of the 40 groove and shall conform to AWWA C200. 41 7) The Joint shall be suitable for the specified test and/or surge pressure and 42 deflection. 43 8) Joints shall be of clearances such that water tightness shall be provided 44 under all operating and test conditions with a pipe diameter deflection 45 1, ea ied•of five percent. 46 9) Joints shall be electrically continuous. 47 d. Lap Welded Slip Joint 48 1) Lap welded slip joint shall be provided in all locations for pipe larger than 49 48-inches and where joints are welded for thrust restraint. CITY OF FORT WORTH \VESTSIDE IV TRANSMISSION MAIN - ALEDO ItD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 I114-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 31 1 2) Lap welded slip joints may be welded from the inside or outside. 2 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 3 with 1 end expanded in order to receive a plain end making a bell and plain 4 end type of joint. 5 a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at 6 any point around the periphery. 7 4) In addition to the provisions for a minimum lap of 1 %z inches as specified in 8 AWWA C200, the depth of bell shall be such as to provide for a minimum 9 distance of 1 inch between the weld and the nearest tangent of the bell 10 radius when welds are to be located on the inside of the pipe. ll e. Fittings with Flanges 12 1) Flanged joints shall be provided at connections to valves and where 13 indicated on the Drawings. 14 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 15 welds ground flush to accommodate the type of flanges provided. l6 3) Pipe flanges and field welding of flanges to steel pipe shall conform to the 17 requirements of AWWA C207 and AWWA C206. 18 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 19 pipe class. 20 5) Flanges shall match the fittings or appurtenances which are to be attached. 21 6) Flanges shall be Class E with 275 psi working prceeure in accordance with 22 AWWA C207 and drilled in accordance with ASME B 16.1 Class 125 for 23 a^^ gn ed t ^ Flanges shall be Class E for 24 working pressure up to 275 psi in accoi dance with AWWA C207 and 25 as needed to match appurtenances. Drillings per AWWA C207 or as 26 needed to match valves or equipment 27 7) When Isolation Flanges are required by the Drawings, Drillings shall 28 accommodate the required spacing for nrylar sleeves according to Section 29 33 04 10. 30 f. Flexible Couplings 31 1) Flexible couplings shall be provided where specified on the Drawings. 32 2) Ends to be joined by flexible couplings shall be: 33 a) Plain -end type, prepared as stipulated in AWWA C200. 34 b) Welds on ends to be joined by couplings shall be ground flush to 35 permit slipping the coupling in at least 1 direction to clear the pipe 36 joint. 37 c) Harness bolts and lugs shall comply with AWWA MI1. 38 g. Butt Strap Closure Joints 39 1) Where necessary to make closure to pipe previously laid, closure joints 40 shall be installed using butt strap joints in accordance with AWWA C206 41 and applicable provisions of this Specification. 42 10. Polyurethane Coating 43 a. Applicator Qualifications 44 I) Equipment shall be certified by the coating manufacturer to meet the 45 requirements for: 46 a) Material mixing 47 b) Temperature control 48 c) Application rate 49 d) Ratio control for multi -part coatings CITY OF FORT WORTH \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 BURIED ST 331114 -17 PIPE AND FITTINGS Page 17 of 31 1 2) Equipment not meeting the written requirements of the coating 2 manufacturer shall be rejected for coating application until repairs or 3 replacement of the equipment is made to the satisfaction of the City. 4 3) Personnel responsible for the application of the coating system shall: 5 a) Provide certification of attendance at the coating manufacturer's 6 training class within the last 3 years 7 b) Be present during all coating application work and shall have 8 responsibility for controlling all aspects of the coating application 9 b. Surface Preparation 10 I) Remove visible oil, grease, dirt and contamination in accordance with 11 SSPC SP I. 12 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, 13 gouges or delaminations in the metal by filing or grinding prior to abrasive 14 surface preparation. 15 3) In cold weather or when moisture collects on the pipe and the temperature 16 of the pipe is less than 45 degrees F, preheat pipe to a temperature between 17 45 and 90 degrees F and 5 degrees F above dew point. 18 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 19 produce the surface preparation cleanliness as required by coating 20 manufacturer and as specified. 21 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 22 air wash separator. 23 5) Blast media mixture and gradation shall be adequate to achieve a sharp 24 angular surface profile as required by coating manufacturer and to the 25 minimum depth specified. 26 6) Protect prepared pipe from humidity, moisture and rain. 27 7) Keep pipe clean, dry and free of flash rust. 28 a) Remove all flash rust, imperfections or contamination on cleaned pipe 29 surface by reblasting prior to primer application. 30 8) Complete priming and coating of pipe in a continuous operation the same 31 day as surface preparation. 32 9) Abrasive blast exterior surfaces in accordance with SSPC an 1 n mr n Cn No 33 2 SSPC SP 5; to a near white metal blast cleaning with a minimum 3.0 mil 34 angular profile in bare steel. 35 c. Equipment 36 1) 2-component, heated airless spray unit in accordance with coating 37 manufacturer's recommendation 38 d. Temperature 39 1) Minimum 5 degrees F above dew point temperature 40 a) The temperature of the surface shall not be less than 60 degrees F 41 during application. 42 e. Humidity 43 I) Heating of pipe surfaces may be required to meet requirements of this 44 Section if relative humidity exceeds 80 percent. 45 f Resin 46 1) Do not thin or mix resins; use as received. 47 2) Store resins at a temperature recommended by the coating manufacturer. 48 g. Application 49 I) Applicator shall be certified by the coating manufacturer and conform to 50 coating manufacturer's recommendations. CITY OF FORT WORTH 1VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 31 a) Thinning is not permitted. 2 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 3 mils. 4 3) Multiple -pass, 1 coat application process is permitted provided maximum 5 allowable recoat time specified by coating manufacturer is not exceeded. 6 4) Provide cutbacks in accordance with coating manufacturer's 7 recommendations as appropriate for the type of mint and heat shrink sleeve 8 to be used. 9 h. Recoating 10 1) Recoat only when coating has cured less than maximum time specified by 11 coating manufacturer 12 2) When coating has cured for more than recoat time, brush -blast or 13 thoroughly sand the surface. 14 3) Blow -off cleaning using clean, dry, high pressure compressed air. 15 i. Curing 16 1) Do not handle pipe until coating has been allowed to cure, per 17 manufacturers recommendations. 18 11. Joint Primer for Holdback 19 a. Piime coating and lining holdback area per manufacturer's 20 1 ecommendatio n appt opt iate for field welding. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL 23 A. Marking for Identification 24 1. For each joint of pipe and each fitting, plainly mark on 1 end: 25 a. Class for which it is designated 26 b. Date of manufacturer 27 c. Identification number 28 d. Top centerlines shall be marked on all specials 29 B. Factory Testing 30 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in 31 accordance with AWWA C205. 32 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with 33 AWWA C222. 34 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 35 1) Test coating system applied to the pipe for holidays according to the 36 procedures outlined in NACE SP0188 using a high voltage spark tester 37 (operating at 100 volts per mil), for the dry film thickness (DFT) specified 38 of 35 mil. 39 b. Adhesion Testing 40 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 41 pounds per square inch, minimum. 42 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 43 off equipment, such as HATE Model 108 or Delfesko Positest, in 44 accordance with ASTM D4541 and AWWA C222, except as modified in 45 this Section. 46 3) Adhesion testing records shall include: cITY OF FORT WORTH \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-19 I3URIED STEEL PIPE AND FITTINGS Page 19of31 1 a) Pipe identification 2 b) Surface tested (interior or exterior) 3 c) Surface temperature 4 d) Coating thickness 5 e) Tensile force applied 6 1) Mode of failure 7 g) Percentage of substrate failure relative of dolly surface 8 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 9 for a minimum of 12 hours. 10 a) Because of high cohesive strength, score polyurethane coatings around 11 the dolly prior to conducting the adhesion test. 12 5) Failure shall be by adhesive and cohesive failure only. 13 a) Adhesive failure is defined as separation of the coating from the steel 14 substrate. 15 b) Cohesive failure is defined as failure within the coating, resulting in 16 coating remaining both on the steel substrate and dolly. 17 6) Retest partial adhesion and glue failure if the substrate failure is less than l8 50 percent relative of the dolly surface area and the applied tension was less 19 than the specified adhesion. 20 7) Glue failures in excess of the minimum required tensile adhesion are 21 accepted as meeting the specified adhesion requirements. 22 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 23 lining independently (where applicable). 24 9) Frequency of adhesion testing in accordance with AWWA C222. 25 10) Randomly select repair patches on the polyurethane coating for adhesion 26 testing in a manner as described herein and at the discretion of the coating 27 inspector conducting the adhesion tests. 28 a) Adhesion of repairs shall be as specified by the coating manufacturer 29 for the type of repair. 30 C. Manufacturer's Technician for Pipe Installation 31 1. Pipe Manufacturer's Representative 32 a. If required by the Engineer or requested by the Contractor during construction, 33 the pipe manufacturer shall furnish the services of a factory trained, qualified, 34 job experienced technician to advise and instnict as necessary in pipe laying 35 and pipe jointing. 36 1) The technician shall assist and advise the Contractor in his pipe laying 37 operations and shall instruct construction personnel in proper joint 38 assembly and joint inspection procedures. 39 2) The technician is not required to be on -site full time; however, the 40 technician shall be regularly on -site during the first 2 weeks of pipe laying 41 and thereafter as requested by the Engineer, City or Contractor. 42 2. Polyurethane Coating Manufacturer's Representative 43 a. The pipe manufacturer shall provide services of polyurethane coating 44 manufacturer's representative and a representative from the heat shrink joint 45 manufacturer for a period of not less than 3 days at beginning of actual pipe 46 laying operations to advise Contractor and City regarding installation, including 47 but not limited to: 48 1) Handling and storage 49 2) Cleaning and inspecting CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14-20 BURIED STEEL PIPE AND FITTINGS I'agc 20 of 31 3) Coating repairs 2 4) Field applied coating 3 5) Heat shrink installation procedures 4 6) General construction methods and how they may affect pipe coating 5 b. Representative shall be required to return if, in the opinion of the Engineer, the 6 polyurethane coating or the Contractor's construction methods do not comply 7 with Contract Specifications. 8 1) Cost for the manufacturer's representatives to return to the site shall be at 9 no additional cost to the City. 10 D. Hydrostatic Pressure Testing 11 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 12 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 13 a. The internal test pressure shall be that which results in a fiber stress equal to 75 14 percent of the minimum yield strength of the steel used. 15 b. Each joint of pipe tested shall be completely watertight under maximum test 16 pressure. 17 c. Test pressure shall be held for sufficient time to observe the weld seams. 18 d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 19 1) The pipe shall be numbered in order that this information can be recorded. 20 e. Fittings shall be fabricated from hydrostatically tested pipe. All welds on 21 fittings shall be tested by hydrostatic test, ultrasonic test, air test, or 22 magnetic pai ticle test Aii test shall be made by applying air to the welds 23 at 10 pounds per square inch pressor e and checking foi Leaks al ound and 24 tht ough welds with a soap solution. In addition 5 percent of welds on 25 fittings shall be checked with x-ray or ultrasonic testing by an independent 26 cei tified welding inspector paid for by the Pipe Manufacturer. 27 3 Test fittings by: 28 a: Hydrostatic -test 29 h: Magueti 30 el, Ultrasonic 31 32 e. Dye -penetrant -test 33 E. City Testing and Inspection 34 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 35 testing laboratory, which laboratory shall be selected and retained by the City. 36 a. Representatives of the City, City's laboratory, or the Engineer shall have access 37 to the work whenever it is in preparation or progress. 38 b. Pipe manufacturer shall provide proper facilities for access and for inspection. 39 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 40 to the pipe fabrication so that the City may advise the manufacturer as to the 41 City's decision regarding tests to be performed by an independent testing 42 laboratory. 43 d. Material, fabricated parts and pipe, which are discovered to be defective, or 44 which do not conform to the requirements of this Specification shall be subject 45 to rejection at any time prior to City's final acceptance of the product. 46 2. The inspection and testing by the independent testing laboratory anticipates that 47 production of pipe shall be done over a normal period of time and without "slow 48 downs" or other abnormal delays. 4. Radiogralphg CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 31 1 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 2 Contractor and advise the Contractor of any changes in the schedule. 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as 10 specified in AWWA MI 1, in accordance with t"^pipe an fnc l 1 recommendations AWWA C604 and as required for the proper functioning of the 12 completed pipe line. l3 2. Lay pipe to the lines and grades as indicated in the Drawings. 14 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 15 4. For installation of carrier pipe within casing, see Section 33 05 24. 16 5. Inspect and test each joint for holidays just prior to pipe being lowered into the 17 ditch. 18 a. All damaged areas and holidays are to be repaired before the pipe is lowered 19 into the trench. 20 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 21 7. Maximum allowable pipe deflection is limited to: 22 a. 2 percent for mortar coated steel pipe 23 b. 3 percent for polyurethane coated steel pipe 24 8. Install bonds at all pipe joints, except for welded joints or insulated joints. 25 B. Pipe Handling 26 1. Haul and distribute pipe and fittings at the project site. 27 2. Handle pipe with care to avoid damage. 28 a. Pipe shall be handled at all times with sufficient a minimum of two non- 29 abrasive slings, belts or other equipment designed to prevent damage to the 30 coating or lining. 31 b. The spacing of pipe supports required to handle the pipe shall be adequate to 32 prevent cracking or damage to the lining or coating. For joints exceeding 40 33 feet, a spreader bar shall be used. 34 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 35 lowering into the trench. 36 d. The equipment shall be kept in such repair that its continued use is not injurious 37 to the coating. 38 e. Do not lay pipe in wet conditions. 39 3. At the close of each operating day: 40 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 41 the laying operation. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 2 331114 -22 BURIED STEEL PIPE AND FITTINGS I'age 22 of 31 b. Effectively seal the open end of the pipe using a gasketed night cap. C. Line Up at Bends 3 1. Line up pipe for joining so as to prevent damage thereto. 4 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 5 matter, rust and scale before placing spigot into bell. 6 2. Where abrupt changes in grade and direction occur, employ special shop fabricated 7 fittings for the purpose. 8 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 9 or direction of the line shall not be permitted. 10 3. Over -stabbed joins shall not be acceptable. A joint shall be considered ever- t 1 stabbed if the stabbed section is greater than the manufacturer's 12 recommendation All over -stabbed joints shall be re -stabbed, but -strapped, or 13 welded. 14 D. Pipe Laying 15 1. Rubber Gasket Joints 16 a. Join rubber gasket joints in accordance with the manufacturer's 17 recommendations. 18 b. Clean bell and spigot of foreign material. 19 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 20 the pipe. 21 d. Engage spigot as far as possible in bell. Use joint spacers to prevent over- 22 stabbing the bell. 23 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 24 f. Check gasket with feeler gauge all around the pipe. 25 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 26 gaskets or approved equal. 27 2. Welded Joints 28 a. Weld joints in accordance with AWWA C206. 29 1) Contractor shall provide adequate ventilation for welders and for City's 30 representative to observe welds. 31 2) Welds shall be full circle fillet welds, unless otherwise specified. 32 3) Welding shall be completed after application of field applied joint coating 33 if weld after backfill is used. 34 b. Adequate provisions for reducing temperature stresses shall be the 35 responsibility of the Contractor. 36 c. After the pipe has been Joined and properly aligned and prior to the start of the 37 welding procedure: 38 1) The spigot and bell shall be made essentially concentric by shimming or 39 tacking to obtain clearance tolerance around the periphery of the Joint. 40 2) In no case shall the clearance tolerance be permitted to accumulate. 41 d. Before welding: 42 1) Thoroughly clean pipe ends. 43 2) Weld pipe by machine or by the manual shielded electric arc process. 44 3) Welding shall be performed so as not to damage lining or coating. 45 4) Cover the polyurethane coating as necessary to protect from weld splatter. 46 e. Furnish labor, equipment, tools and supplies, including shielded type welding 47 rod. 48 1) Protect welding rod from any deterioration prior to its use. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 31 1 2) If any portion of a box or carton is damaged, reject the entire box or carton. 2 f. Hand Welding 3 1) The metal shall be deposited in successive layers. 4 2) Not more than 1/8 inch of metal shall be deposited in each pass. 5 3) Each pass except the final 1, whether in butt or fillet welds, shall be 6 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 7 dirt, slag or flux before the succeeding bead is applied. 8 4) Each pass shall be thoroughly fused into the plates at each side of the 9 welding groove or fillet and shall not be permitted to pile up in the center of 10 the weld. 11 5) Undercutting along the side shall not be permitted. 12 g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, 13 undercutting and/or any other defects. 14 h. If the ends of the pipe are laminated, split or damaged to the extent that 15 satisfactory welding contact cannot be obtained, remove the pipe from the line. 16 i. Furnish each welder employed with a steel stencil for marking the welds, so 17 that the work of each welder may be identified. 18 J. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 19 to hint 20 1) In the event any welder leaves the job, his stencil shall be voided and not 21 duplicated if another welder is employed. 22 k. Welders 23 1) Use only competent, skilled and qualified workmen. 24 a) Each welder employed by the Contractor shall be required to 25 satisfactorily pass a welding test in accordance with AWWA C206 26 before being allowed to weld on the line. 27 b) After each welder has qualified in the preliminary tests referred to 28 above, inspections shall be made of Joints in the line. 29 c) Any welder making defective welds shall not be allowed to continue to 30 weld. 31 E. Interior Joint Grouting 32 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 33 collected in the joint and moisten the concrete surfaces of the Joint space by 34 spraying or brushing with a wet brush. 35 2. Fill the inside of the joint recess with a stiff cement mortar. 36 3. Where the mortar Joint opening is 1 inch or wider, such as where trimmed spigots 37 are required, apply a bonding agent to mortar and steel surface prior to placing joint 38 mortar. 39 4. Ram or pack the stiff mortar into the Joint space and take extreme care to ensure 40 that no voids remain in the joint space. 41 5. After the Joint has been filled, level the surfaces of the Joint mortar with the interior 42 surfaces of the pipe with a steel trowel so that the surface is smooth. 43 6. Interior Joints of pipe 21 inch and smaller shall have the bell buttered with mortar, 44 prior to 'nserting the spigot, such that when the spigot is pushed into position it will 45 extrude surplus mortar from the joint. 46 a. The surplus mortar shall be struck off flush with the inside of the pipe by 47 pulling a filled burlap bag of inflated ball through the pipe with a rope. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-24 BURIED STEEL PIPE AND FITTINGS Page 24 of 31 1 F. Exterior Joint Protection 2 1. Beat Shrink Sleeves 3 a. General 4 1) Buried pipe joints shall be field coated after pipe assembly in accordance 5 with AWWA C2I6, using Heat Shrink Sleeves. 6 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 7 coating by a minimum of 3 inches. 8 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 9 width will not be permitted. 10 b. Installation 11 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 12 other foreign contaminates with a wire brush in accordance with 13 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 14 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 15 a) Clean the full circumference of the pipe and a minimum of 6 inches 16 onto the existing coating. 17 2) Remove all loose or damaged pipe coating at joint and either repair the 18 coating as specified herein or increase the length of the joint coating, where 19 reasonable and practical. 20 3) Complete joint bonding of non -welded pipe joints before application of 21 joint coating. 22 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 23 bonds shall be filled with mastic sealant. 24 5) Store sleeves in shipping box until use is required. 25 a) Keep dry and sheltered from exposure to direct sunlight. 26 b) Store off the ground or concrete floors and maintain at a temperature 27 between 60 degrees F and 100 degrees F as recommended by the sleeve 28 manufacturer. 29 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 30 application. 31 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 32 recommended by the sleeve manufacturer. 33 a) Monitor pipe temperature using a surface temperature gauge, infrared 34 thermometer or color changing crayons. 35 b) Protect preheated pipe from rain snow, frost or moisture with tenting 36 or shields and do not permit the joint to cool. 37 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 38 mastic filler in accordance with the manufacturer's recommendations for 39 the full circumference of the pipe. 40 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 41 degrees F and while maintaining the pipe temperature above the preheat 42 temperature specified. 43 10) Apply sleeve in accordance with the manufacturer's instructions and center 44 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 45 existing pipe coating. 46 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 47 around heaters. 48 a) Hold flame a minimum of 6 inches from the sleeve surface. 49 b) Periodically roll the coating on the pipe surface. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN -- ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 31 1 c) Heat from the center of the sleeve to the outer edge until properly 2 seated, then begin in the opposite direction. 3 d) Monitor sleeve for color change, where appropriate, or with appropriate 4 temperature gauges. 5 e) Take care not to excessively heat the parent coating. 6 12) Completed joint sleeve shall be fully bonded to the pipe and existing 7 coating surface, without voids, mastic beading shall be visible along the full 8 circumference of the sleeve, and there shall be no wrinkling or excessive 9 burns on the sleeves. 10 a) Sleeves which do not meet these requirements shall be removed and the I l joint recoated as directed by the Engineer. 12 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13 13) Allow the sleeve to cool before moving, handling or backfilling. In hot 14 climates, provide shading from direct sunlight. 15 a) Water quenching will be allowed only when permitted by the sleeve 16 manufacturer. 17 G. Protective Welded Joints Coating System Weld After Backfill 18 1. General 19 a. Application of protective coating at the pipe joints will be as follows: 20 1) Apply a 3laver joint coating system consisting of a factory applied 35 mil 21 polyurethane coating 22 2) A field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape 23 heat resistant tape at the location of the welding 24 3) A field applied 110 mil (full recovered thickness) by 18 inch wide 25 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 26 4) In Lieu of the CANUSA sleeve, contractor may use a single sleeve Berry 27 CPG-Covalence: Water wrap WAB 28 5) After the heat shrinkable joint sleeve is installed, backfrll the trench and 29 then weld the joint. 30 b. The Contractor is responsible for his operations so that they do not damage the 31 factory applied coating system. 32 c. When applying the 34ayer joint coating system for post welding the joints, the 33 Contractor must show that his operation will not damage the joint coating 34 system to the Engineer's satisfaction. 35 d. The Contractor will be required to fully uncover a maximum of 10 joints, 36 selected at random by the Engineer or City to visually inspect and test the joint 37 after welding. Any damage must be repaired. 38 1) If the Contractor's welding procedure damages the 34ayer joint coating 39 system on any one of the excavated joints the Contiactor, at the direction 40 of the Engineer, will be required to modify his welding procedure. The 41 City reserves the right to require the Contractor to expose additional 42 joints if damage to the joint coating system is found. 43 2. Joint Coating (3 layer) 44 a. Apply 3 layer Joint Coating System before Welding the Joint 45 b. Pipe Manufacturing and Heat Tape 46 1) A 35-mil thickness polyurethane coating shall be applied over entire length 47 of pipe. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-26 BURIED STEEL PIPE AND FITTINGS Page 26 of 31 1 2) The Contractor shall field apply 60-mil thick by 6-inch wide strip of 2 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 3 the pipe, centered on the location of the welding, over a 35 mil factory 4 applied polyurethane coating. 5 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 6 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 7 other foreign contaminates with a wire brush in accordance with 8 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 9 wiping the pipe and adjacent coating in accordance with SSPC SP 1. I0 a) Clean the full circumference of the pipe and a minimum of 6 inches 11 onto the existing coating. 12 2) Remove all loose or damaged pipe coating at joint and either repair the 13 coating as specified herein or increase the length of the joint coating, where 14 reasonable and practical. 15 3) Complete joint bonding of pipe joints before application of joint coating. 16 a) Joint bonds shall be low profile bonds and all gaps and crevices around 17 the bonds shall be filled with mastic sealant. 18 4) Store sleeves in shipping box until use is required. 19 a) Keep dry and sheltered from exposure to direct sunlight. 20 b) Store off the ground or concrete floors and maintain at a temperature 21 between 60 degrees F and 100 degrees F as recommended by the sleeve 22 manufacturer. 23 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 24 application. 25 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 26 recommended by the sleeve manufacturer. 27 a) Monitor pipe temperature using a surface temperature gauge, infrared 28 thermometer or color changing crayons. 29 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 30 or shields and do not permit the joint to cool. 31 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 32 mastic filler in accordance with the manufacturer's recommendations for 33 the full circumference of the pipe. 34 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 35 degrees F and while maintaining the pipe temperature above the preheat 36 temperature specified. 37 a) Apply sleeve in accordance with the manufacturer's instructions and 38 center the sleeve over the joint to provide a minimums of 3-inch overlay 39 onto the existing pipe coating. 40 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 41 around heaters. 42 a) Hold flame a minimum of 6 inches from the sleeve surface. 43 b) Periodically roll the coating on the pipe surface. 44 c) Heat from the center of the sleeve to the outer edge until properly 45 seated, then begin in the opposite direction. 46 d) Take care not to excessively heat the parent coating. 47 e) Monitor sleeve for color change, where appropriate, or with appropriate 48 temperature gauges. CITY OF FORT WORTH 1VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 i114-27 BURIED STEEL PIPE AND FITTINGS Page 27 of 31 1 10) Completed joint sleeve shall be fully bonded to the pipe and existing 2 coating surface, without voids, mastic beading shall be visible along the full 3 circumference of the sleeve, and there shall be no wrinkling or excessive 4 burns on the sleeves. 5 a) Sleeves which do not meet these requirements shall be removed and the 6 joint recoated as directed by the Engineer. 7 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 8 11) Allow the sleeve to cool before moving, handling or backfilling. 9 a) In hot climates, provide shading from direct sunlight. 10 b) Water quenching will be allowed only when permitted by the sleeve 11 manufacturer. 12 12) Holiday testing shall be performed using a high voltage holiday tester 13 (operating at 100 volts per mil) at each joint after field application of heat 14 shrinkable Joint sleeve per SP0188. 15 a) If any holidays or cuts are detected, the sleeve shall be repaired using 16 the heat shrink sleeve manufacturer's recommendation. 17 b) The damaged area shall be covered with a minimum of 50-mm overlap 18 around the damaged area. 19 H. Protection of Buried Metal 20 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 21 factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps 22 of wax tape and encase in flowable fill. 23 3.5 REPAIR 24 A. Repair and Field Touchup of Polyurethane Coating 25 1. For repair and field touch-up of polyurethane coating, apply: 26 27 b. 28 c. 29 d. Lifelast Durasheild 110 210, 310 or 310 JARS ITW Futura Coatings Protec II, or Carboline 777 or 777PL Coating manufacture 's recommendation 30 2. Holidays 31 a. Remove all traces of oil, grease, dust, dirt and other debris. 32 b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). 33 c. Apply a 35-mil coat of repair material described above. 34 d. Work repair material into scratched surface by brushing or rolling in 35 accordance with manufacturer's recommendations. 36 e. Retest for Holiday 37 3. Field Cuts or Large Damage 38 a. If in the opinion of the City the polyurethane coating is excessively damaged, 39 the pipe segment will be rejected until the coating system is removed and 40 replaced so that the system is in a like -new condition. 41 b. Remove burrs from field cut ends or handling damage and smooth out edge of 42 polyurethane coating. 43 c. Remove all traces of oil, grease, dust, dirt and other debris. 44 d. Roughen area to be patched with rough grade sandpaper (40 grit). 45 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 46 area to be patched. CITY OF FORT WORTH 1VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-28 BURIED STEEL PIPE AND FITTINGS Page 28 of 31 1 f. Apply a 35-mil coat of repair material described above, in accordance with 2 manufacturer's recommendations. 3 g. Work repair material into scratched surface by brushing. 4 h. Feather edges of repair material into prepared surface. 5 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 6 cut. 7 1. Test repairs for holidays. 8 B. Patch of Cement Mortar Lining 9 1. Repair cracks larger than 1/16 inch. 10 2. Pipes with disbonded linings will be rejected. 11 3. Excessive patching of lining shalt not be permitted. 12 4. Repair in accordance with AWWA C205 and as follows: 13 a. Apply bonding agent to patch area. 14 b. Patching of lining shall be allowed where area to be repaired does not exceed 15 100 square inches and has no dimension greater than 12 inches. 16 c. In general, there shall be not more than I patch in the lining of any joint of 17 pipe. 18 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 19 6. Do not install patched pipe until the patch has been properly and adequately cured, 20 unless approved by the City. 21 3.6 RE -INSTALLATION NOT USED] 22 3.7 FIELD QUALITY CONTROL 23 A. Field Tests and Inspections 24 1. Quality Control of Field Applied Polyurethane Coating 25 a. Surface Preparation 26 1) Visually inspect surface preparation to ensure cleanliness and dryness 27 requirements have been met. 28 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 29 being achieved. 30 b. Visual 31 1) Visually inspect cured coating to ensure that the coating is completely 32 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 33 "sticky" or "gooey" areas. 34 2) Check to ensure that the coating completely covers the steel and existing 35 coating. 36 c. Thickness 37 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 38 adequate thickness has been achieved according to SSPC PA 2. 39 a) If the thickness of the coating is below the minimum specified millage 40 anywhere along the length of the pipe, then adjustments must be made 41 to the spray system to correct the problem. 42 2) At a minimum, the thickness shall be measured for every 50 square feet of 43 sprayed area. 44 d. Adhesion 45 1) Perform the following procedure on a minimum of 1 joint per day: CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 BURIED S' 331114-29 L PIPE AND FITTINGS Page 29 of 31 1 a) Select area to test that has cured for at least 1 hour for fast setting 2 coatings. 3 b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. 4 e. Holiday Testing 5 1) Holiday testing shall be performed using a high voltage holiday tester at 6 each joint no sooner than 1 hour after field application of polyurethane 7 coating. 8 f. Inspection at Welding Joints 9 1) When applying the 3 layer joint coating system for post welding the joints, 10 the Contractor must show that his operation will not damage the Joint 11 coating system to the Engineer's satisfaction. 12 2) The Contractor will be required to fully uncover a maximum of 10 joints, 13 selected at random by the Engineer or City to visually inspect and test the 14 joint after welding. 15 3) Any damage must be repaired. 16 4) If the Contractor's welding procedure damages the 3 layer Joint coating 17 system, the Contractor, at the direction of the Engineer, will be required to 18 modify his welding procedure. 19 2. Weld Testing 20 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 21 accordance with AWWA C206 and set forth in AWS D.1.1. shall be pe formed 22 by the Contractor under the supervision and inspection of the City's 23 Representative or an independent testing laboratory, on all full welded Joints. 24 1) Welds that are defective will be replaced or repaired, whichever is deemed 25 necessary by the Engineer, at the Contractor's expense. 26 2) If the Contractor disagrees with the Engineer's interpretation of welding 27 tests, test sections may be cut from the joint for physical testing. The 28 Contractor shall bear the expense of repairing the joint, regardless of the 29 results of physical testing. 30 3) The procedure for repairing the Joint shall be approved by the Engineer 31 before proceeding. 32 3. Deflection Testing 33 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 34 at a minimum rate 35 and per the requirements as indicated below. 36 1) Complete internal welding of joins, welding inspections and grout of 37 the inside joints prior to measure deflection. The welding inspections 38 shall be done by an independent CWI. 39 2) Measure deflection in the presence of the City. 40 a) Replace or repair defective welds, as deemed necessary by the City, 41 at the Contractor s expense. 42 b) Measurement method used to determine deflection shall be agreed 43 upon in wi iting amongst the City, Contractor, and Engineer prior 44 to installing the fii st joint of pipe. 45 c) Recoi d and document all measurements. 46 d) Measur e deflection no sooner than 5 days and no later than 30 days 47 after bachfilhng operations are complete. CITY OF FORT' WORTH \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICA'r1ON DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114-30 BURIED STEEL PIPE AND FITTINGS Page 30 of 31 1 3) Determine deflection with vertical measurements taken at the locations 2 indicated below. Locations where vertical measui ements an e taken 3 shall be clearly marked on the interior of the pipe 4 a) Pipe joints 36-feet in length or less. vertical measurements shall be 5 taken at two locations, / distance from each pipe end. 6 b) Pipe joints exceeding 36 feet vertical measurements shall be taken 7 at 3 locations including'/ distance from each pipe end and at the 8 pipe midpoint. 9 4) Correction of Pipe Not Complying with Deflection Requh ements 10 a) If the average joint deflection of a single joint, or any single 11 measurement, fails to meet specifications, the entire joint shall be 12 re -worked in accoi dance with the manufacturer s 13 recommendations and as directed by the City at no additional cost 14 to the City. This may include uncovering the pipe, re compaction 15 of the pipe bedding, and i epah of the coating. It is the 16 Contractor s responsibility to continuously measure and calculate 17 pipe deflection to verify it meets specification 18 b) All costs associated with measuring the pipe deflection and any 19 repairs or rewm k associated with meeting these requirements shall 20 be borne by the Contractor. 21 5) Pipe Deflection Reports 22 a) Submit monthly reports as Recm d Data showing allowable 23 deflection, 1.5 times allowable deflection, the deflection 24 measurements and calculated average deflection for each location 25 measured per joint for each joint of pipe. 26 b) Contractor shall vei ify that the nominal pipe diameter mees 27 specifications at all measui ed locations. Conti actor shall 28 coordinate pipe replacement with the pipe manufacturer for any 29 pipe not meeting the specified internal diameter. 30 6) Average allowable pipe deflection shall not exceed 2% for 31 polyurethane coated pipe In no case shall individual measurement 32 exceed 3% for polyuretlian coated pipe. These measurements include 33 the allowable tolerance for lining thickness variation. Additionally, flat 34 spots m pipe with damaged lining shall be repaired. 35 b. City may reject any ateas not meeting the deflection requirements of this 36 Specification. 37 4. Cleaning and Testing 38 a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 39 mains: 40 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the 41 water main as specified in Section 33 04 40. 42 5. Closed Circuit Television (CCTV) Inspection 43 a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in 44 accordance with Section 33 01 31. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN-- ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 331114 -31 BURIED STEEL PIPE AND FITTINGS l 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Page 31 of 31 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 1VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised November 29, 2022 PROJECT DATE: MARCH 2023 33 12 30 - COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 2-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for potable water systems including: a. Combination air -release and air/vacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth Standard Specification 1. Modified Section 2.2.C. 1 Revised to minimum pressure rating of 250 psi. 2. Added Section 2.2.A.1.b Listed manufacturers. 3. Specified `non -slam' feature to preclude valve slam/water hammer when discharging air. C. Related Specification Sections include, but are not necessarily limited to: I. 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 1110 — 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 I -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 I. 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: t) Various inlet sizes 3. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 Revised December 20, 2012 PROJECT DATE: MARCH 2023 33 12 30- 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main d. Isolation valves e. Fittings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe bollard protection, if required i. Excavation and backfill 1.3 REFERENCES A. Definitions 1. Combination Air Valve: A device having the features of both an air -release valve and an air/vacuum valve • 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less than 0 25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). 5. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices. 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the orifice, through which air enters or exits the Air Valve 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault B. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. ASTM International (ASTM): a. A536, Standard Specification for Ductile Iron Castings. 4. American Water Works Association (AWWA): a. C512, Air -Release, Air/Vacuum, and Combination Air Valves for Waterworks Service. b. M51, Air -Release, AirNacuum, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 Revised December 20, 2012 PROJECT DATE: MARCH 2023 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/INF'ORMATIONAL SUBMITTALS A. Product Data 1. Combination Air Valves a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size f. Small orifice size g. Large orifice size 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of 1 manufacturer, unless approved by the City. b. Combination air valves shall be in conformance with AWWA C512. B. Certifications 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with AWWA C512. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 Revised December 20, 2012 PROJECT DATE: MARCH 2023 331230-4 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. PART2- PRODUCTS 2.1 OWNER -FURNISHED [on] 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. Manufacturer's shall include: APCO 1500C or 1500TC, Crispin VR/M or equivalent. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Combination Air Valve shall be new and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Description 1. Regulatory Requirements a. Combination Air Valves shall meet or exceed the latest revisions of AW WA C512 and shall meet or exceed the requirements of this Specification. b. All Combination Air Valve components in contact with potable water shall conform to the requirements of NSF 61. c. All materials shall conform to the Reduction of Lead in Drinking Water Act (P L 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent Lead. C. Performance / Design Criteria 1. Capacities a. Water Application = Potable Water b. Working Pressure from 10 psi to 4-50-250psi c. Test Pressure = 225 psi d. Surge Pressure = 100 psi minimum, above working pressure, u t less stated otherwise in the Contract Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 Revised December 20, 2012 PROJECT DATE: MARCH 2023 331230-5 COMBINATION AIR VALVE ASSEMI3LIES FOR POTABLE WATER SYSTEMS Page of e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA M51 and indicated on the Drawings. 2. Function a. Controlled volume discharge during pipeline filling (`non -slam') b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates I) The valve shall have an integral surge alleviation mechanism/design which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water and/or limiting the air exhaust rate prior to valve closure. D. Materials 1. Combination Air Valve a. Internal parts 1) Non -corroding material such as stainless steel or high density polyethylene b. Valve body 1) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet orifice area I) Equal to the nominal size of the valve d. Outlet/Discharge orifice area I) Sized as required to preclude surge/valve slam E. Finishes I. 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: I. 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-I420 thermoplastic enclosure, or approved equal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESlSIDE IV TRANSMISSION MAIN - ALEDO RD TO W SI V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 6. Vault a. Provide a flat top 4 foot diameter concrete manhole in accordance with Section 33 39 20. 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 (niter gearing for 3-inch and larger gate valves 4. Vent Piping a. 4 inch 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. Chanmell SPH-1420 thermoplastic enclosure, or approved equal 7. Vault a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. b. Manhole dimensions shall be in' accordance with Drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings C. Finishes 1. Primer Materials a. Prime Vent Piping within vault, as well as above ground, for finish with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings. 2. Finish Materials a. Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESTSI DL I V TRANSMISSION MAIN - ALEDO RD TO WSIV EST crry PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 b. Color to be selected by the City. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C512. B. Markings 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION 3.5 3.6 3.7 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 1 1 10 and Section 33 11 11 respectively. REPAIR / RESTORATION [NOT USED] RE -INSTALLATION [NOT USED] FIELD QUALITY CONTROL A. Field Inspections I. Pipe the large and small orifices directly to the vent piping. There direct discharge of an orifice to an underground vault. 2. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 3. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 4. The City will assess the ease of access to the operating nut and ease of operating the corporation stop. 5. If access and operation of the valve and its appurtenances meet the City Standard Detail, then the valve will be accepted as installed. 6. The Combination Air Valve assembly shall be free from any leaks. B. Non -Conforming Work CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE IV TRANSMISSION MAIN- ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 Revised December 20, 2012 PROJECT DATE: MARCH 2023 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in -place manhole references CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 I CONFORMANCEI FORT H CONTRACT FOR THE CONSTRUCTION OF WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST City Project No. 103292-3 VOLUME 2 OF 2 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Farida Goderya, Ph.D., P.E. Project Manager Prepared for The City of Fort Worth Water Department MARCH 2023 Kimley >» Horn Texas Registered Engineering Firm F-928 K.t-IA No. 061018398 OFFICIAL RECORD CITY SECRETARY ', WORTH, TX WESTSIDE III/IV/V TRANSMISSION MAINS - MARKUM RANCH PS TO ALEDO RD CITY PROJECT NO.: 103292-2 March 2023 Chris Igo, P.E. Kin ley -Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit l I Suite 1300 Fort Worth, TX 76102 03/01/2023 •• : i.•� l'a t 120045 CHRIS IGO FORT WORTH® City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of3 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 - General 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 Form 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 45 13 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 11/23/2021 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 Requir 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 Coi struction Schedule 08/13/2021 01 32 33 Preconst action 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 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised June 10, 2022 PROJEC r DA FE: MARCH 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 78 23 01 78 39 Operation and Maintenance Data Protect Record Documents 12/20/2012 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 Division 32 - Exterior Improvements Topsoil Placement and Finishing of Roadway Right-of-ways 32 91 19 32 92 13 Native Grass and Wildflower Seeding 03/01/2023 03/01/2023 LIVISIUII 33 - uLLuucl 33 01 32 Closed Circuit Television (CCTV) Inspection OF Water 03/01/2023 33 04 10 Joint Bonding and Electrical Isolation 03/01/2023 33 04 11 Corrosion Control Test Stations 03/01/2023 33 04 12 Magnesium Anode Cathodic Protection System 03/01/2023 33 04 40 Cleaning and Acceptance Testing of Water Mains 03/01/2023 33 05 20 Auger Boring 03/01/2023 33 05 21 Tunnel Liner Plate 03/01/2023 33 05 22 Steel Casing Pipe 03/01/2023 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 03/01/2023 33 11 10 Ductile Iron Pipe 03/01/2023 33 11 11 Ductile Iron Fittings 03/01/2023 33 11 14 Buried Steel Pipe and Fittings 03/01/2023 33 I 1 13 Cylinder Type 03/01/2023 Concrete Pressure Pipe, Bar -Wrapped, Steel 33 12 30 Water Systems 03/01/2023 Combination Air Valve Assemblies for Potable VOLUME 2 Technical Specifications which have remained unmodified; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 02 41 13 Division 03 03 34 13 Division 31 I312500 Division 32 32 11 23 32 31 26 Selective Site Demolition • Concrete Controlled Low Strength Material (CLSM) ▪ Earthwork Erosion and Sediment Control - Exterior Improvements Flexible Base Courses Wire Fence and Gates Last Revised 03/11/2022 12/20/2012 04/29/2021 12/20/2012 12/20/2012 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAN— ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised June 10, 2022 PROJECT DATE: MARCH 2023 32 92 14 J Non -Native Seeding Division 33 - Utilities 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 05/13/2021 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 05/06/2015 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 Tire Ilydiants- 01/03/2014 33 12 60 Standard Blow -off Valve Assembly 06/19/2013 33 39 20 Precast Concrete Manholes 12/20/2012 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 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO W SI V EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised June 10, 2022 PROJECT DATE: MARCH 2023 1 2 SECTION 02 41 13 SELECTIVE SITE DEMOLITION 024113-1 SELECTIVE SITE DEMOLITION Page I of5 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 31 23 23—Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Detectable Warning Surface: measure by each 30 e. Remove Driveway: measure by the square foot by type. 31 f. Remove Fence: measure by the linear foot. 32 g. Remove Guardrail: measure by the linear foot along the face of the rail in place 33 including metal beam guard fence transitions and single guard rail terminal 34 sections from the center of end posts. 35 h. Remove Retaining Wall (less than 4 feet tall)• measure by the linear foot 36 1. Remove Mailbox: measure by each. 37 J. Remove Rip Rap: measure by the square foot. 38 k. Remove Miscellaneous Concrete Structure: measure by the lump sum. 39 2. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 024113-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: frill compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: fill compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, tlus Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: hill compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation wilt be 15 allowed. 16 d. Remove Detectable Warning Surface: full compensation for removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to execute work. Work 18 includes detectable warning surface removal from ramp. 19 e. Remove Driveway: full compensation for saw cutting, removal, hauling, 20 disposal, tools, equipment, labor and incidentals needed to remove improved 21 driveway by type. For utility projects, this Item shall be considered subsidiary 22 to the trench and no other compensation will be allowed. 23 f. Remove Fence: fill compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to remove fence. For utility projects, 25 this Item shall be considered subsidiary to the trench and no other 26 compensation will be allowed. 27 g. Remove Guardrail: full compensation for removing materials, loading, hauling, 28 unloading, and storing or disposal; furnishing backfill material; backfilling the 29 postholes; and equipment, labor, tools, and incidentals. For utility projects, this 30 Item shall be considered subsidiary to the trench and no other compensation 31 will be allowed. 32 h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 33 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 34 needed to execute work Sidewalk adjacent to or attached to retaining wall 35 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 36 removal. For utility projects, this Item shall be considered subsidiary to the 37 trench and no other compensation will be allowed. 38 i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 39 equipment, labor and incidentals needed to execute work. For utility projects, 40 this Item shall be considered subsidiary to the trench and no other 41 compensation will be allowed. 42 J. Remove and Replace Mailbox and Relocate Mailbox: fill compensation for 43 removal, hauling, disposal or relocation, and installation or construction of 44 replacement, tools, equipment, labor and incidentals needed to execute work for 45 different types: traditional pipe and mailbox or brick mailbox, at equal or better 46 condition on completion 47 k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 48 disposal, tools, equipment, labor and incidentals needed to execute work. For 49 utility projects, this Item shall be considered subsidiary to the trench and no 50 other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 02 41 13 -3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 2 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Fill Material: See Section 31 23 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A. Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 B. Remove Steps 33 1. Remove step to nearest existing durnmy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 C. Remove ADA Ramp CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 024113-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 2 See 3.4.K. 3 2. Remove ramp to nearest existing dummy, expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp, including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway 10 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4.K. 12 2. Remove drive to nearest existing dummy, expansion or construction joint. 13 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 14 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F. Remove Fence 17 1. Remove all fence components above and below ground and backfill with acceptable 18 fill material. 19 2. Use caution in removing and salvaging fence materials. 20 3. Salvaged materials may be used to reconstruct fence as approved by City or as 21 shown on Drawings. 22 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 23 areas during construction operation and while removing fences. 24 G. Remove Guardrail 25 1. Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3. Do not mar or damage salvageable materials during removal. 29 5. Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead man. 28 4. Completely remove posts and any concrete surrounding the posts. 33 H. Remove Retaining Wall (less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 36 3. Removal includes all components of the retaining wall including footings. 37 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 38 I. Remove Mailbox 39 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 40 reconstruction. 41 J. Remove Rip Rap CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1. Remove rip rap to nearest existing dummy, expansion or construction Joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3 K. Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete to remain in place. 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 L. Sawcut 11 1. Sawing Equipment L2 a. Power -driven 13 b. Manufactured for the purpose of sawing pavement 14 c. In good operating condition 15 d. Shall not spall or fracture the pavement to the removal area 16 2. Sawcut perpendicular to the surface completely through existing pavement. 17 3.5 REPAIR [NOT USED] 18 3.6 REINSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects 3/11/2022 M. Owen/ S. Hobbs Added measurement and payment for Remove and Replace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CI,SM) Page 1 of7 SECTION 03 3413 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESPSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Paget of 7. C618 - Standard Specification for Coal F1y Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMLNISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals 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 B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. F1y ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4 6 - 2.70 ounces TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch l . After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the inix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or Jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD 1'0 WSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) I'agc 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other strictures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within ± 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 033413-6 CONTROLLED LO\V STRENGTH MATERIAL (CLSM) Page6of7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-2 PROJECT DATE: MARCH 2023 312500-I EROSION AND SEDIMENT CONTROL Page l of 9 1 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL SECTION 31 25 00 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices, 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 I. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement 18 I) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan> 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 I) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for "SWPPP >_ 1 acre". 28 c. The price bid shall include: 29 I) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTS[DE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CUIY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 2. ASTM Standard: 2 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 3 Fabrics Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 9 Geomembranes and Related Products 10 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 11 TXR150000 12 4. TxDOT Departmental Material Specifications (DMS) 13 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 C. Const action Site Notice 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under the TPDES General Permit 22 E. Notice of Change (if applicable) 23 F. Grading and/or fill permit, if required 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Rock Filter Dams 35 1. Aggregate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide the following: 4 I) Types 1, 2 and 4 Rock Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock filter dams 11 b. Type 4 dams require: 12 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21/2 13 inches x 3 ''A inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds, per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen Burst Rate of 420 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 I) Tensile Strength of 300 pounds, per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSI V EST CLTY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Table 1 2 c.,..a n.. Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 I. Provide a net -reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum length of 11 48 inches, unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on the Drawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 ('REPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WS1V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed. Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. Minimize disturbance 9 to vegetation. 10 4. Immediately correct ineffective control measures. Implement additional controls as 11 directed. Remove excavated material within the time requirements specified in the 12 applicable storm water permit. 13 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 14 temporary control measures, temporary embankments, bridges, matting, falsework, 15 piling, debris, or other obstructions placed during construction that are not a part of 16 the finished work, or as directed. 17 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 18 streambed. I9 D. Do not install temporary construction crossings in or across any water body without the 20 prior approval of the appropriate resource agency and the Engineer. 21 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 22 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 23 provide shelter for stored chemicals. 24 F. Installation and Maintenance 25 1. Perform work in accordance with the TPDES Construction General Permit 26 TXRIS0000. 27 2. When approved, sediments may be disposed of within embankments, or in areas 28 where the material will not contribute to further siltation. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish -grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 42 specified, without undue voids. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised April 29, 2021 PROJECT DATE: MARCH 2023 EROSION AND SEDI 312500-6 NT CONTROL Page 6 of 9 1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed, 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non -reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height - At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes -Atmost 2:I 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop —double loop 26 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORT!! STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 31 25 00 17 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 I. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Constuct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 23 runoff from disturbed areas, create a retention pond, detain sediment and release 24 water in sheet flow. 25 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3. Place the sandbags with their tied ends in the same direction. 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 29 5. Place a single layer of sandbags downstream as a secondary debris trap. 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth. 32 K. Temporary Sediment -Control Fence 33 I. Provide temporary sediment -control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow. 35 2. Incorporate the fence into erosion -control measures used to control sediment in 36 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 37 Section, or as directed. 38 a. Post Installation 39 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b. Fabric Anchoring 42 I) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minhnum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 2 46 inches of fabric along the bottom in the upstream direction. 47 4) Backfill the trench, then hand -tamp. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV TRANSMISSION MAIN —ALEDO IRD TO \SLV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 EROSION AND SED 31 2500-8 ENT CONTROL Page 8 of 9 1 c. Fabric and Net Reinforcement Attachment 2 1) Unless otherwise shown under the Drawings, attach the reinforcement to 3 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 4 equally spaced. 5 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 7 every 15 inches or less. 8 d. Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 10 least 6 places equally spaced, unless otherwise shown under the Drawings. 11 a) Do not locate splices in concentrated flow areas. 12 2) Requirements for installation of used temporary sediment -control fence 13 include the following: 14 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 15 b) Fabric without excessive patching (more than 1 patch every 15 to 20 16 feet) 17 c) Posts without bends 18 d) Backing without holes 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD Loa] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed. 30 B Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 31 on areas not covered by permanent structures, or in areas where permanent erosion 32 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 33 C. Once vegetative cover is achieved, the contractor shall remove all temporary control 34 measures, before final project acceptance. It is the contractor's responsibility to remove 35 all temporary control measures, unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 39 E. Complete and submit a Final Grading Certificate to Development Services, if required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA Revised April 29, 2021 ON DOCUMENTS WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 EROSION AND SED 312500-9 ENT CONTROL Page 9 of 9 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended, repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with the permit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE April 29, 2021 M. Owen 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items items to list of submittals, 2 2 Revised language under included in price, 1.5 Added product types/materials, 3.4 Revised language under "Installation", and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 32 I123-1 FLEXIBLE BASE COURSES Page I of 7 1 SECTION 32 11 23 2 FLEXIBLE BASE COURSES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by the square yard of Flexible Base Course 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under "Measurement" will be paid for at the unit price 25 bid per square yard of Flexible Base Course. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Hauling 30 d. Blading 31 e. Sprinkling 32 f. Compacting 33 1.3 REFERENCES 34 A. Definitions 35 1. RAP — Recycled Asphalt Pavement. 36 B. Reference Standards 37 1. Reference standards cited in this specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this 39 specification, unless a date is specifically cited. 40 2. ASTM International (ASTM): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 3 3. Texas Department of Transportation (TXDOT): 4 a. Tex-104-E, Determining Liquid Limits of Soils 5 b. Tex-106-E, Calculating the Plasticity Index of Soils 6 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 7 d. Tex-110-E, Particle Size Analysis of Soils 8 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 9 Base Material 10 f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 11 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 12 Sulfate 13 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 ACTION SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 23 PART 2 - PRODUCTS [NOT USED] 24 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Obtain materials from approved sources. 30 3. Notify City of changes to material sources. 31 4. The City may sample and test project materials at any time before compaction 32 throughout the duration of the project to assure specification compliance. 33 B. Aggregate 34 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 35 the requirements of Table 1. 36 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 37 wet ball mill for the grade specified. 38 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 39 aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 Table 1 •ial Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) — 0 2-1/2 in. 0 0-10 1-3/4 in. Tex-1 I0-E 10-35 — 7/8 in 30-50 — 3/8 in. 45-65 45-75 No. 4 70-85 60-85 No. 40 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max? 40 45 20 20 Wet ball mill, % max. increase passing the No. 40 sieve Tex-116-E Classification3 1.0 1.1-2.3 45 175 35 175 Min. compressive strength3, psi lateral pressure 0 psi lateral pressure 15 psi Tex-1 I7-E 1. Determine plastic index in accordance with Tex-l07-E (luu shrinkage) when liquid limit is unattainable as defined in Tex-I04-E. 2. \Vhen a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 321123-3 ELEXIBLE BASE COURSES Page 3 of 7 4 5 4. Material Tolerances 6 a. The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b. When target grading is required by the Drawings, no single failing test may 9 exceed the master grading by more than 5 percentage points on sieves No. 4 10 and larger or 3 percentage points on sieves smaller than No. 4. 11 c. The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the specified limit. No single failing test may exceed the 13 allowable limit by more than 2 points. 14 5. Material Types 15 a. Do not use fillers or binders unless approved. 16 b. Furnish the type specified on the Drawings in accordance with the following: 17 I) TypeA 18 a) Crushed stone produced and graded from oversize quarried aggregate 19 that originates from a single, naturally occurring source. 20 b) Do not use gravel or multiple sources. 21 2) Type B 22 a) Only for use as base material for temporary pavement repairs. 23 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 24 3) Type D 25 a) Type A material or crushed concrete. 26 b) Crushed concrete containing gravel will be considered Type D 27 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCII 2023 32 11 23 - 4 FLEXIBLE BASE COURSES Page of 1 c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX-413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 Drawings or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver, place, and spread the new flexible base in the required amount. 2 I b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniform mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on -site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that nit 29 or pump. 30 a) Acceptable equipment includes fully loaded single -axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non -uniform area is found, correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3/4 inch 37 2) Areas that are unstable or non -uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 321123-5 FLEXIBLE EASE COURSES Page 5 or/ 1 1. Construct each layer uniformly, free of' loose or segregated areas, and with the 2 required density and moisture content. 3 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 4 shown on the Drawings or as directed. 5 3. Haul approved flexible base in clean, covered trucks. 6 B. Equipment 7 1. General 8 a. Provide machinery, tools, and equipment necessary for proper execution of the 9 work. 10 2. Rollers 11 a. The Contractor may use any type of roller to meet the production rates and 12 quality requirements of the Contract unless otherwise shown on the Drawings 13 or directed. t4 b. When specific types of equipment are required, use equipment that meets the 15 specified requirements. 16 c. Alternate Equipment. 17 I) Instead of the specified equipment, the Contractor may, as approved, 18 operate other compaction equipment that produces equivalent results. 19 2) Discontinue the use of the alternate equipment and furnish the specified 20 equipment if the desired results are not achieved. 21 d. City may require Contractor to substitute equipment if production rate and 22 quality requirements of the Contract are not met. 23 C. Placing 24 1. Spread and shape flexible base into a uniform layer by approved means the same 25 day as delivered unless otherwise approved. 26 2. Place material such that it is mixed to minimize segregation. 27 3. Construct layers to the thickness shown on the Drawings, while maintaining the 28 shape of the course. 29 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 30 courses of equal thickness. 31 5. Minimum lift depth: 3 inches 32 6. Control dust by sprinkling. 33 7. Correct or replace segregated areas as directed. 34 8. Place successive base courses and finish courses using the same construction 35 methods required for the first course. 36 D. Compaction 37 1. General 38 a. Compact using density control unless otherwise shown on the Drawings. 39 b. Multiple lifts are permitted when shown on the Drawings or approved. 40 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 41 material to the extent necessary to provide not less than the required density. 42 d. Compact the full depth of the subbase or base to the extent necessary to remain 43 firm and stable under construction equipment. 44 2. Rolling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA Revised December 20, 2012 ON DOCUMENTS WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 45 2. Remove loosened material and dispose of it at an approved location. 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves, begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework, recompact, and refinish material that fails to meet or that loses 8 required moisture, density, stability, or finish before the next course is placed or 9 the project is accepted. 10 £ Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on -site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single -axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 20 d) Offset each trip by at most I tire width. 21 e) If an unstable or non -uniform area is found, correct the area. 22 2) Correct 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non -uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening, adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected, adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course, due to any reason, lose the required 37 stability, density and finish before the surfacing is complete, it shall be 38 recompacted at the sole expense of the Contractor. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction, dip, skin, or tight -blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines, and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire S width of the cross-section. 6 7. Correct by loosening, adding, or removing material. 7 8. Reshape and recompact in accordance with 3.4.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL l 1 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City (1 per block minimum). 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 2S Revision Log DATE NAME SUMMARY OF CHANGE ciTv OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 SECTION 32 31 26 WIRE FENCE AND GATES 323126-1 \VIRE FENCE AND GATES Page 1 of 5 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials famished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division 1 - General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Item shall be by the linear foot of Wire Fence, 28 excluding gates. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 I) Removal of existing fence and/or, unless specifically defined as a separate 38 pay item on Drawings 39 2) Furnishing, preparing, hauling, and installing Wire Fence 40 3) Excavation, backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2. Steel Gates 43 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESTSIDE IV 'TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 32 31 26 - 2 WIRE FENCE AND GATES Page 2 of 5 1 1) Measurement for this Item shall be per each Steel Fence. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each Steel Gate by height. 6 c. The price bid shall include: 7 1) Removal of existing fence and/or gates, unless specifically defined as a 8 separate pay item on Drawings 9 2) Furnishing, preparing, hauling, and installing Steel Gates 10 3) Excavation, backfilling, and disposal of surplus material I1 4) Removal and trimming of brush and tree limbs 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this 16 specification, unless a date is specifically cited. 17 2. American Society for Testing and Materials (ASTM): 18 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 19 Wrought 20 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire 21 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 22 Fabric 23 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 24 (Galvanized) Welded, for Fence Structures 25 3. American Wood Protection Association (AWPA) 26 a. P8/P9, Standard for Oil -Borne Preservatives 27 b. C5, Fence Posts - Preservative Treatment by Pressure Processes 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 ACTION SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS 38 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 39 2.2 MATERIALS 40 A. Furnish materials in accordance with details shown on the Drawings and with the 41 following requirements. my OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 32 31 26 -3 WIRE FENCE AND GATES Page 3 of l B. Metal Posts and Braces 2 1. Steel Pipe: ASTM F 1083 3 2. T posts: ASTM A 702 4 3. Use only new steel. Do not use rerolled or open -seam material. 5 4. Furnish galvanized steel sections in ASTM F 1083. 6 5. Painting 7 a. Use an approved anticorrosive coating. 8 b. After installation of painted posts and braces, spot -coat damaged areas with the 9 same paint color. 10 c. Use paint with at least the same anticorrosive properties as the original paint. 11 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the 12 Drawings. 13 C. Wood Posts and Braces 14 1. Untreated Wood: cedar or Juniper timber 15 2. Treated Wood 16 a. AWPA standards govern materials and methods of treatments including 17 seasoning, preservatives, and inspection for treatment. 18 b. Each piece or bundle of other treated -timber products must have: 19 1) Legible brand mark or tag indicating the name of the treater 20 2) Date of treatment or lot number 21 3) AWPA treatment specification symbol 22 c. Provide the level of preservative indicated in Table 1. 23 24 25 26 27 28 29 30 31 32 Table 1 Minimum Retention of Preservative Product Pcnta- chlorophenol (lb./cu. ft.) AWPA Preservative Standard (P8/P9) AWPA Standard for Treatment Wire fence posts (round)' . Retention determined by assay (0 to .0-inch zone) 0.4 C5 3. Use sound timber that is free from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. 33 D. Gates and Gateposts: Furnish materials to the required dimensions. 34 E. Barbed and Smooth Wire: ASTM A 121, Class 1 35 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 36 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 37 F. Wire Mesh: ASTM A 116, Class 1 38 1. Top and bottom wires: at least 10 gauge wire CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 323126-4 WIRE FENCE AND GATES Page 4 of 5 1 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 2 G. Miscellaneous 3 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 4 holding barbed wire and wire mesh firmly to metal posts. 5 2. Use material of good commercial quality and design. 6 3. Provide galvanized staples, at Least 1 1/2 inch long. 7 H. Concrete 8 1. Minimum 28 day compressive strength of 3,000 psi 9 2. Bagged concrete allowed. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3 2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Space fence posts as shown on the Drawings or to match existing. 18 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 19 Drawings or to match existing. 20 C. Brace corner and pull posts in 2 directions. 21 D. Brace end posts and gateposts in 1 direction. 22 B. Install a corner post where the alignment changes 30 degrees or more. 23 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 24 line posts with diagonal tension wires. 25 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 26 the fencing at the critical point with a double 9 gauge galvanized wire. 27 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 28 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 29 I. Stretch the fence before guying and snubbing. 30 J. Install number stands at spacing shown in Drawings. 31 K. Install corner, end, or angle post assembly before stretching the wire between posts. 32 L. Connect existing cross fences to the new fences and corner posts at Junctions with 33 existing fences. 34 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 35 staples, or as shown on the Drawings. 36 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 37 intervals for wood posts. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 323126-5 WIRE FENCE AND GATES Page5 of5 1 O. Drive metal line posts provided driving does not damage the posts. 2 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 3 inches and crowned at the top to shed water. 4 Q. Thoroughly tamp backfill in 4 inch layers. 5 R. Notch timber posts. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 17 18 ECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN — ALEDO 1tD TO 1VSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 Revised December 20, 2012 1 2 32 92 13 - 1 HYDROMULCHING, SEEDING AND SODDING Page l of SECTION 32 92 14 NON-NATIVE SEEDING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass seed as shown on Drawings, or as directed. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 3. Section 31 10 00 — Site Clearing 13 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 14 5. Section 32 84 23 — hTigation (if used) 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Seeding 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of Seed spread, 20 complete in place for uniform vegetative coverage 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per square yard of Seed placed for various installation methods. 25 c. The price bid shall include: 26 I) Surface preparation, scarifying subgrade, cleaning, and fine grading as 27 described in section 3.3 Preparation 28 2) Furnishing and placing all Seed (until established complete in place) 29 3) Perform soil testing, if requirement is included on construction drawings, as 30 directed by City 31 4) Furnishing and applying water Slurry and hydraulic mulching, if using 32 method 33 5) Fertilizer, if required by City to be determined by soil test 34 6) Soil Retention Blanket, if required on construction drawings, as directed by 35 City 36 7) Watering (until established) 37 8) Disposal of surplus materials off site or as directed by City 38 9) Weed Removal (until established) 39 10) Minimum mowing of two cycles, beginning forty-five (45) days from 40 germination or when blade height it 4" or greater, whichever comes first 41 11) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 42 established) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7 8 9 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 2. Mowing a. Measurement 1) Measurement for this Item shall per each, beyond the minimum of two (2) mow cycles included in seeding price, as approved and directed by the City. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each. 10 1.3 REFERENCES [NOT USED] 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 ACTION SUBMITTALS [NOT USED] 13 1.6 INFORMATIONAL SUBMITTALS 14 A. Certifications, Samples and Documentation 36 2. Each species of seed shall be supplied in a separate, labeled container for 37 acceptance by the City. 15 1. As requested by the City, certificates and/or labels and samples of seed, fertilizer, 16 compost, soil amendments and/or other materials, including a certificate from the 17 vendor indicating seed is free from weeds. 18 a. Seeds 19 1) Vendors' certification that seeds meet Texas State seed law including: 20 a) Testing and labeling for pure live seed (PLS) 21 b) Name and type of seed 22 2) All seed shall be tested in a laboratory with certified results presented to the 23 City in writing, prior to planting. 24 3) All seed to be of the previous season's crop and the date on the container 25 shall be within twelve (12) months of the seeding date. 26 2. All delivery receipts and copies of invoices for materials used for this work shall be 27 subject to verification by the City. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Developer/contractor who plants material is responsible for the supervision of his crew, 32 the site, and the maintenance of the material until the project is accepted by the City. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Seed 35 1. Shall be Bermuda and/or Elbon Rye seed unless otherwise specified. 38 B. Fertilizer, as determined by soil testing report provided to Contractor or as directed by 39 City 40 1. Provide unopened bags labeled with the analysis. 41 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 42 3. Provide to City application rate for which fertilizer will be applied. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE V TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 1.11 FIELD [SITE] CONDITIONS 2 A. Grading of site and installation of topsoil must be approved by City prior to application 3 of seed. 4 1.12 WARRANTY 5 A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days 6 from germination. 7 B. Warranty Period: until job acceptance or through maintenance period, whichever is 8 longer duration of time. 9 C. Warrant seed against defects in product, installation and worlunanship. 10 1. Except ons include 11 a. Vandalism caused by persons other than contractor or subcontractors of this 12 project 13 b. Improper watering or maintenance by persons other than contractor or 14 subcontractors of this project 15 c. Damage caused by vehicles or equipment other than contractor or 16 subcontractors of this project. 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS AND EQUIPMENT 20 A. Materials 21 1. Seed 22 a. General 23 I) Plant all seed at rates based on pure live seed (PLS) 24 a) Pure Live Seed (PLS) determined using the formula: 25 (I) Percent Pure Live Seed Percent Purity x [(Percent Germination + 26 Percent Firm or Hard Seed) + 100] 27 2) Availability of Seed 28 a) Substitution of individual seed types due to lack of availability may be 29 done through the submittal process for review and approval by City. 30 b) Notify the City prior to bidding of difficulties locating certain species. 31 3) Weed seed 32 a) Not exceed one percent by weight of the total of pure live seed (PLS) 33 and other material in the mixture 34 b) Seed not allowed: 35 (1) Johnson grass 36 (2) Nutgrass 37 (3) Millet 38 4) Harvest seed within twelve (12) months prior to planting 39 b. Non-native Grass Seed 40 1) Plant between March 21 and October 31 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO IRD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7 c. 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 75 Bermuda (hulled) Cynodon dactylon 2) Plant between November 1 and March 20 Lbs. Common Name PLS/Acre 25 Bermuda *hulled) Botanical Name Cynodon dactylon 95 Purity (percent) 85 90 Germination (percent) 90 Temporary Erosion Control Seed - Consist of the sowing of cool season plant seeds. Plant mix below must be included with Bermuda between November 1 through March 1. Common Name Elbon Rye 8 9 2. Hydromulch 10 a. For use with conventional mechanical or hydraulic planting of seed. 1 1 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 12 (waste products from paper mills or recycled newspaper). 13 c. No growth or germination inhibiting factors. L4 d. No more than ten percent moisture, air dry weight basis. l5 e. Additives: binder in powder form. 16 f. Form a strong moisture retaining mat. Botanical Name Secale cremate Lbs./Acre broadcast method 100-120 Lbs./Acre drilled seed method 80-100 17 3. Fertilizer to be installed only as directed by City or as indicated in construction 18 documents 19 a. Determined by soil testing report 20 b. Acceptable condition for distribution per manufacturer's instructions 21 c. Applied uniformly over the seeded area. Do not fertilize inside the dripline of 22 trees, or Tree Protection Area. 23 4. Topsoil: See Section 32 91 19. 24 25 26 5. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 27 2.3 ACCESSORIES 28 A. Soil Retention Blanket 29 1. Biodegradable Erosion Control Blanket made from natural fibers including 30 coconut, straw, or wood fiber. 31 2. As specified for sloped areas or as directed, not for general use. 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CrrY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART3- EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A. City may examine site grading to ensure grading conforms to approved drawings, prior 6 to installation of seed. 7 1. City will notify Contractor if grading is to be inspected prior to seed installation. 8 3.3 PREPARATION 9 A. Surface Preparation: clear surface of all material including the following and dispose of 10 off -site or as directed by City: 11 1. Stumps, stones, and other objects larger than 1-inch. 12 2. Roots, brush, wire, stakes, etc. 13 3. Any objects that may interfere with seeding or maintenance. 14 B. Scarify Subgrade 15 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 16 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City 17 approval 18 a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels 19 set not more than 10-inches apart. 20 b. Initial tillage shall be done in a crossing pattern for double coverage, then 21 followed by a disc harrow. Depth of tillage may be up to 3-inches. 22 c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 23 seed/water run-off 24 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree 25 Protection Area, or canopy dripline. 26 C. Cleaning 27 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 28 and rock 1-inch and greater, and weeds. 29 D. Fine Grading: 30 1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of 31 topsoil placed, be leveled, fine graded, and a weighted spike and harrow or float 32 drag. The required shall be the elimination of ruts, depressions, humps, and 33 objectionable soil clods. This shall be the final soil preparation step to be completed 34 prior to inspection before seeding. 35 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 36 3.4 INSTALLATION 37 A. General 38 1. Seed only those areas indicated on the Drawings and areas disturbed by 39 construction. 40 2. Mark each area to be seeded in the field prior to seeding for City approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 W ESTSIDE 1V TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 36 4. Water at least twice daily for fourteen (14) days after seeding in such a manner as to 37 prevent washing of the slopes or dislodgement of the seed, or as directed by the 38 City. 39 5. On day fifteen (15), apply an amount of water that is equal to the average amount of 40 rainfall plus 1/2-inch per week until final acceptance by City. 41 329213-6 HYDROMULCJ. ING, SEEDING AND SODDING Page 6 of 8 1 3. Provide written notice of installation and maintenance schedule to resident or 2 business adjacent to the project 3 B. Broadcast Seeding 4 1. Broadcast seed in two (2) directions at right angles to each other. 5 2. Harrow or rake lightly to cover seed. 6 3. Never cover seed with more soil than twice its diameter. 7 C. Mechanically Seeding (Drilling): 8 1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 9 2. All varieties of seed and fertilizer, as determined by soil testing report, may be 10 distributed at the same time provided that each component is uniformly applied at 11 the specified rate. 12 3. Drill seed at a depth of 1/4-inch to 3/8-inch utilizing a pasture or rangeland type 13 drill. 14 4. Drill on the contour of slopes 15 5. After planting roll with a roller integral to the seed drill, or a corrugated roller of the 16 "Cultipacker" type. 17 6. Roll slope areas on the contour. 18 D. Hydromulching (only as approved by submittals) 19 1. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 20 a. Mixture is uniformly suspended to form a homogenous sluny. 21 b. Mixture forms a blotter -like ground cover impregnated uniformly with grass 22 seed. 23 c. Mixture is applied within thirty (30) minutes after placed in the equipment. 24 2. Placing 25 a. Uniformly distribute in the quantity specified over the areas shown on the 26 Drawings or as directed. 27 E. Fertilizing, as determined by soil testing report: uniformly apply fertilizer over seeded 28 area. 29 1. No fertilizer shall be applied within The Tree Protection Area, or dripline of trees. 30 F. Watering 31 1. Furnish water by means of temporary metering / irrigation, water truck or by any 32 other method necessary to achieve an acceptable stand of turf as defined in 3.13. 33 2. Water source shall be dean and free of industrial waste or other substances harmful 34 to the germination of the seed or growth of the vegetation. 35 3. Water soil to a minimum depth of 4-inches within forty-eight (48) hours of seeding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 329213-7 HYDROMU LCI IING, SEEDING AND SODDING Page 7 of8 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE 10 A. Seeded Areas 11 1. Water and mow seeded area until completion and final acceptance of the Protect or 12 as directed by the City. 13 2. Maintain the seeded area until each of the following is achieved: 14 a. Vegetation is evenly distributed 15 b. Vegetation is free from bare areas 16 c. Trim and maintain along edges including curbs, drives, and walkways with 17 maximum 1-inch surface elevation change. 18 d. Includes protection, reseeding, and maintaining grades with no settlement over 19 1-inch, and immediate repair of erosion damage until the project receives final 20 acceptance. 21 B. Acceptance 22 I. Turf will be accepted once fully established as follows: 23 a. Seeded area must have minimum 70 percent uniform ground coverage without 24 bare areas greater than six -inches square or thirty-six (36) square inches and 25 blade height of 3-inches with two (2) mow cycles, minimum ten (10) days apart, 26 performed by the Contractor prior to consideration of acceptance by the City. 27 b. Grass shall be actively growing and free of disease and pests. 28 c. Ground surface to be smooth and free of foreign material and rocks or clods 1- 29 inch diameter and greater. 30 C. Rejection 31 1. City may reject seeded area based on the following items: 32 a. Weed populations 33 b. Poor installation including lack of coverage 34 c. Disease and/or pests 35 d. Insufficient or over watering 36 e. Poor or improper maintenance 37 f. Soil settlement in excess of 1-inch 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 329213-8 HYDROMULCHING SEEDING AND SODDING Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 5/13/2021 C Moon Removed information and details regarding sod, native grasses and wildflowers. These items are addressed in 32 92 13 and new specification 32 92 15. Updated 1.2 payment measurement. Items pertaining to fertilizer throughout document updated to include soil testing. 2.2 planting dates updated to reflect typical frost dates. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3,4 Installation added descriptions to clarify watering, 3.13 Maintenance added descriptions to clarify acceptance and rejection of seeded areas including growth, mow cycle and watering. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised May 13, 2021 PROJECT DATE MARCH 2O23 1 2 330510-I UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Stoma Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 28 2. Division 1 — General Requirements 29 3. Section 02 41 13 — Selective Site Demolition 30 4. Section 02 41 15 — Paving Removal 31 5. Section 02 41 14 — Utility Removal/Abandonment 32 6, Section 03 30 00 — Cast -in -place Concrete 33 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 34 8. Section 31 10 00 — Site Clearing 35 9. Section 31 25 00 — Erosion and Sediment Control 36 10. Section 33 05 26 — Utility Markers/Locators 37 11. Section 34 71 13 — Traffic Control 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Measurement and Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 W ESTSIDE IV TRANSMISSION MAIN — ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of21 1 I. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 I) This Item is considered subsidiary to the installation of the utility pipe line as 5 designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this Item 8 are considered subsidiary to the installation of the utility pipe for the type of 9 embedment and backfill as indicated on the plans. No other compensation 10 will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed and 18 materials furnished in accordance with pre -bid item and measured as 19 provided under "Measurement" will be paid for at the unit price bid per cubic 20 yard of "Imported Embedment/Backfill" delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 I) Measured by the cubic yard per plan quantity. 29 b. Payment 30 I) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan 33 quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for "Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 W ESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 I 2 3 4 5 6 7 8 9 10 11 12 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND }ACKFILL Page 3 of 21 t) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment I) 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 excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General — Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 17 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 18 haunching bedding, springline, pipe zone and foundation are defined as shown in the 19 following schematic: 20 k`PAVED AREAS m INITIAL BACKFILL SPRINGLINE HAUNCHING BEDDING FOUNDATION <N/ iq/ 5 UNPAVED AREAS w 0 LJJ NJ \i :\ %%<\c \\\i' 0D CLEARANCE EXCAVATED TRENCH WIDTH CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO W SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 10-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or 4 the trench foundation 5 5. Final Backfll Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the initial 9 backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this Specification, 13 unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium 17 Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil 26 Using Stand Efforts (12,400 ft-lb/ft3 600 I{n-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 J. ASTM 2321-09 Underground Installation of' Thermoplastic Pipe for Sewers and 32 Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate 34 in Place by Nuclear Methods (Shallow Depth) 35 I. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place 36 by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSIIA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 I. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment and 5 backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior 7 to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the Contract 20 Documents do not allow storage of materials in the right-of-way of the easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage 26 1. Within Existing Rights -of -Way (ROW) 27 a. Spoil, imported embedment and backfill materials may be stored within existing 28 ROW, easements or temporary construction easements, unless specifically 29 disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. Store materials only in areas barricaded as provided in the traffic control plans. 33 e. In non -paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils, embedment or 37 backfill materials within the ROW, easement or temporary construction easement, 38 then secure and maintain an adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on private 40 property. 41 c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 I. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It is 9 expressly understood that neither the City nor the Engineer will be responsible for 10 interpretations or conclusions drawn there from by the Contractor. 1 I 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED Loa] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to AS FM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained 0 Yd' 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 e. The City has a pre -approved list of sand sources fot itility embedment. The pre - approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre - approved for use on City projects without project specific testing. 32 2. Crushed Rock 33 a. Durable crushed rock or recycled concrete 34 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C I31 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium 5 sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. May be unwashed I 0 d. Free from significant silt clay or unsuitable materials 11 e. Have a percentage of wear not more than 40 percent per ASTM C I31 or C535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium 13 sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May be unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM CI31 or C535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium 20 sulfate soundness per ASTM C88 21 5. Acceptable Backfill Material 22 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand (CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System of 45 ASTM D2487 46 b) Deleterious materials 47 (I) Clay lumps, ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces, ASTM C123, less than 5.0 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 1 (3) Organic impurities, ASTM C40, color no darker than standard color 2 (4) Plasticity index of 4 or less when tested in accordance with ASTM 3 D4318. 4 b. Minimum of 4 percent cement content of Type IQI portland cement 5 c. Water 6 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious 7 substances, meeting requirements of ASTM C94 8 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 9 e. Strength 10 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 11 D 1633, Method A 12 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 13 D 1633, Method A 14 3) The maximum compressive strength in 7 days shall be 400 psi. Backlit! that 15 exceeds the maximum compressive strength shall be removed by the 16 Contractor for no additional compensation. 17 f. Random samples of delivered product will be taken in the field at point of 18 delivery for each day of placement in the work area. Specimens will be prepared 19 in accordance with ASTM D1632. 20 10. Controlled Low Strength Material (CLSM) 21 a. Conform to Section 03 34 13 22 11. Trench Geotextile Fabric 23 a. Soils other than ML or OH in accordance with ASTM D2487 24 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 25 2) Fibers shall retain their relative position 26 3) Inert to biological degradation 27 4) Resist naturally occurring chemicals 28 5) UV Resistant 29 6) Mirafi 140N by Tencate, or approved equal 30 b. Soils Classified as ML or OH in accordance with ASTM D2487 31 1) High -tenacity monofiilament polypropylene woven yarn 32 2) Percent open area of 8 percent to 10 percent 33 3) Fibers shall retain their relative position 34 4) Inert to biological degradation 35 5) Resist naturally occurring chemicals 36 6) UV Resistant 37 7) Mirafi FW402 by Tencate, or approved equal 38 12. Concrete Encasement 39 a. Conform to Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 7 8 A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 9 2. Locate and protect all known, identified and marked utilities or underground facilities 10 as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances observed 15 within the project limits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the constriction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In -Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain. 27 1) Where desired to move equipment not licensed for operation on public roads 28 or across pavement, provide means to protect the pavement from all damage. 29 b. Repair or replace any pavement damaged due to the negligence of the contractor 30 outside the limits designated for pavement removal at no additional cost to the 31 City. 32 2. Drainage 33 a. Maintain positive drainage during construction and re-establish drainage for all 34 swales and culverts affected by construction. 35 3. Trees 36 a. When operating outside of existing ROW, stake permanent and temporary 37 construction easements. 38 b. Restrict all construction activities to the designated easements and ROW. 39 c. Flag and protect all trees designated to remain in accordance with Section 31 10 40 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 0S 10 - 10 UTILI I'Y TRENCH EXCAVATION, EMBEDMENT, AND ➢ACKFILI. Page 10 of 21 d. Conduct excavation, embedment and backfill in a manner such that there is no 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City. 5 1) Pruning or trimming may only be accomplished with equipments specifically 6 designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 10 00. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 41 13 13 5. Traffic 14 a. Maintain existing traffic, except as modified by the traffic control plan, and in 15 accordance with Section 34 71 13. 16 b. Do not block access to driveways or alleys for extended periods of time unless: 17 1) Alternative access has been provided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and 26 detector loops. 27 c. Immediately notify the City's Transportation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 31 cabinets, conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construction, 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in -situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in -situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN— ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 1 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6. Over Excavation 5 a. Fill over excavated areas with the specified bedding material as specified for the 6 specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In -situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance with this 13 Specification, then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8. Rock —No additional compensation will be paid for rock excavation or other changed 18 field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 21 specific excavation safety system in accordance with Federal and State requirements. 22 2. Excavation protection systems shall be designed according to the space limitations as 23 indicated in the Drawings. 24 3. Furnish, put in place and maintain a trench safety system in accordance with the 25 Excavation Safety Plan and required by Federal, State or local safety requirements. 26 4. If soil or water conditions are encountered that are not addressed by the current 27 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 28 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 29 City. 30 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety 31 System in sufficient quantities to adversely affect the suitability of the Excavation 32 Protection System. Movable bracing, shoring plates or trench boxes used to support 33 the sides of the trench excavation shall not: 34 a. Disturb the embedment located in the pipe zone or lower 35 b. Alter the pipe's line and grade after the Excavation Protection System is removed 36 c. Compromise the compaction of the embedment located below the spring line of 37 the pipe and in the haunching 38 C. Water Control 39 1. Surface Water 40 a. Furnish all materials and equipment and perform all incidental work required to 41 direct surface water away from the excavation. 42 2. Ground Water 43 a. Furnish all materials and equipment to dewater ground water by a method which 44 preserves the undisturbed state of the subgrade soils. 45 b. Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 UTILITY TRENCH 330510-12 CAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole Judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below the 10 top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 f Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 I) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control equipment 26 not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed 39 rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, then 41 crushed rock shall be paid by the pre -bid unit price. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORTH STANDARD CONSTRUC rION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \SI V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 1 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 2 the elevation of the valve nut. 3 J. Form all blocking against undisturbed trench wall to the dimensions in the 4 Drawings. 5 k. Compact embedment and initial backfill. 6 1. Place marker tape on top of the initial trench backfill in accordance with Section 7 33 05 26. 8 2. Water Lines 16-inches through 24 inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand may be used for embedment when the excavated trench depth is Tess 11 than 15 feet deep. 12 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 13 trench depths 15 feet, or greater. 14 d. Crushed rock shall be used for embedment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand 17 f. Place evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 I) Additional bedding may be required if ground water is present in the trench. 20 2) If additional crushed rock is required not specifically identified in the 21 Contract Documents, then crushed rock shall be paid by the pre -bid unit 22 price. 23 h. Place pipe on the bedding according to the alignment shown on the Drawings. 24 i. The pipe line shall be within: 25 I) +3 inches of the elevation on the Drawings for 16-inch and 24-inch water 26 lines 27 J. Place and compact embedment material to adequately support haunches in 28 accordance with the pipe manufacturer's recommendations. 29 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 30 but not more than 12 inches, above the pipe. 31 1. Where gate valves are present, the initial backfill shall extend to up to the valve 32 nut. 33 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 698. 35 n. Density test performed by a commercial testing firm approved by the City to 36 verify that the compaction of embedment meets requirements. 37 0. Place trench geotextile fabric on top of the initial backfill. 38 p. Place marker tape on top of the trench geotextile fabric in accordance with 39 Section 33 05 26. 40 3. Water Lines 30-inches and greater in diameter 41 a. The entire embedment zone shall be of uniform material. 42 b. Crushed rock shall be used for embedment. 43 c. Provide trench geotextile fabric at any location where crushed rock or fine 44 crushed rock come into contact with utility sand. 45 d. Place evenly spread bedding material on a firm trench bottom. 46 e. Provide firm, uniform bedding. 47 I) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO W SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment shown on the Drawings. 5 g. The pipe line shall be within: 6 1) +1 inch of the elevation on the Drawings for 30-inch and larger water lines 7 h. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 i For steel pipe greater than 30 inches in diameter, the initial embedment Lift shall 10 not exceed the spring line prior to compaction. 11 j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, 12 but not more than 12 inches, above the pipe. 13 k. Where gate valves are present, the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 m. Density test may be performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initial backfill. 20 0. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no sags 27 in the sanitary sewer pipe line. 28 e. Provide firm, uniform bedding. 29 1) Additional bedding may be required if ground water is present in the trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown in the Drawings. 34 g. The pipe line shalt be within f0.1 inches of the elevation, and be consistent with 35 the grade shown on the Drawings. 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 39 exceed the spring line prior to compaction. 40 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 41 but not more than 12 inches, above the pipe. 42 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 1. Density test may be performed by a commercial testing firm approved by the 45 City to verify that the compaction of embedment meets requirements. 46 m. Place trench geotextile fabric on top of the initial backfill. 47 n. Place marker tape on top of the trench geotextile fabric in accordance with 48 Section 33 05 26. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-15 UTILITY 'FRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 1 5. Storm Sewer (RCP) 2 a. The bedding and the pipe zone up to the spring line shall be of uniform material. 3 b. Crushed rock shall be used for embedment up to the spring line. 4 c. The specified backfill material may be used above the spring line. 5 d. Place evenly spread bedding material on a firm trench bottom. 6 e. Spread bedding so that lines and grades are maintained and that there are no sags 7 in the storm sewer pipe line. 8 f. Provide film, uniform bedding. 9 I) Additional bedding may be required if ground water is present in the trench. 10 2) If additional crushed rock is required which is not specifically identified in 1 l the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 g. Place pipe on the bedding according to the alignment of the Drawings. 14 h. The pipe line shall be within +0.1 inches of the elevation, and be consistent with 15 the grade, shown on the Drawings. 16 i. Place embedment material up to the spring line. 17 I) Place embedment to ensure that adequate support is obtained in the haunch. 18 I. Compact the embedment and initial backfill to 95 percent Standard Proctor 19 ASTM D 698. 20 k. Density test may be performed by a commercial testing firm approved by the 21 City to verify that the compaction of embedment meets requirements. 22 1. Place trench geotextile fabric on top of pipe and crushed rock. 23 6. Storm Sewer (PP - Polypropylene) 24 a. The entire embedment zone shall be of uniform material. 25 b. Crushed rock shall be used for embedment up to top of pipe. 26 c. Place evenly spread bedding material on a firm trench bottom. 27 d. Spread bedding so that lines and grades are maintained and that there are no sags 28 in the storm sewer pipe line. 29 e. Provide firm, uniform bedding. 30 1)Additional bedding may be required if ground water is present in the 31 trench. 32 2)If additional crushed rock is required which is not specifically identified in 33 the Contract Documents, then crushed rock shall be paid by the pre -bid 34 unit price. 35 f. Place pipe on the bedding according to the alignment shown in the Drawings. 36 g. The pipe line shall be within +O.1 inches of the elevation, and be consistent with 37 the grade shown on the Drawings. 38 h. Place and compact embedment material to adequately support haunches in 39 accordance with the pipe manufacturer's recommendations. 40 i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM 41 D 698. 42 J. Density test may be performed by City to verify that the compaction of embedment 43 meets requirements. 44 k. Place trench geotextile fabric on top of the initial backfill. 45 7. Storm Sewer Reinforced Concrete Box 46 a. Crushed rock shall be used for bedding. 47 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 I 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no sags 6 in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 11 price. 12 f. Fill the annular space between multiple boxes with crushed rock, CLSM 13 according to 03 34 13. 14 g. Place pipe on the bedding according to the alignment of the Drawings. 15 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 16 grade, shown on the Drawings. 17 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 18 D698. 19 8. Water Services (Less than 2 Inches in Diameter) 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility sand shall be generally used for embedment. 22 c. Place evenly spread bedding material on a firm trench bottom. 23 d. Provide firm, uniform bedding. 24 e. Place pipe on the bedding according to the alignment of the Plans. 25 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 26 9. Sanitary Sewer Services 27 a. The entire embedment zone shall be of uniform material. 28 b. Crushed rock shall be used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Spread bedding so that lines and grades are maintained and that there are no sags 31 in the sanitary sewer pipe line. 32 e. Provide firm, uniform bedding. 33 1) Additional bedding may be required if ground water is present in the trench. 34 2) If additional crushed rock is required which is not specifically identified in 35 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 36 price. 37 f. Place pipe on the bedding according to the alignment of the Drawings. 38 g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, 39 but not more than 12 inches, above the pipe. 40 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 41 i. Density test may be required to verify that the compaction meets the density 42 requirements. 43 E. Trench Backfill 44 1. At a minimum, place backfill in such a manner that the required in -place density and 45 moisture content is obtained, and so that there will be no damage to the surface, 46 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330510- 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 I) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater (under existing or future pavement) 10 1) Backfill depth from 0 to 15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 L (1) Select Fill L8 (2) CSS, or 19 (3) CLSM when specifically required 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the requirement 23 of the main that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill (depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within -2 to +5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill (not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within -2 to +5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content, the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO W SIV EST CITY PROJECT NO. I03292-3 PROJECT DATE: MARCH 2023 330510-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with the 7 saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring or 20 due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples and 25 perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled material. 37 f. The City will provide a qualified testing lab firll time during this period to 38 randomly test density and moisture continent. 39 1) The testing lab will provide results as available on the job site. 40 7. Varying Ground Conditions 41 a. Notify the City of varying ground conditions and the need for additional proctors. 42 b. Request additional proctors when soil conditions change. 43 c. The City may acquire additional proctors at its discretion. 44 d. Significant changes in soil conditions will require an additional Means and 45 Methods demonstration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDF, IV TRANSMISSION MAIN — ALEDO IRD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths, the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate all test 24 conducted by the commercial testing firm approved by the City. 25 d. The commercial testing lab will perform moisture/density test for every 200-ft or 26 less of trench length, as measured along the length of the pipe. A minimum of one 27 test shall be performed for every 2 vertical feet of compacted backfill material, 28 independent of the contractor's lift thickness for compaction. Test locations shall 29 be staggered within each lift so that successive lifts are not tested in the same 30 location. A random number generator may be used to determine test locations. 31 Moisture/density tests shall be performed at a depth not more than 2 feet above 32 the top of the pipe bedding and in 2-foot increments up to the final grade. The 33 project inspector or project manager may request testing at an increased frequency 34 and/or at specific locations. 35 e. The contractor can proceed with subsequent earthwork only after test results for 36 previously completed work comply with requirements. If the required compaction 37 density has not been obtained, the backfill should be scarified and moistened or 38 aerated, or removed to a depth required, and be replaced with approved backfill, 39 and re -compacted to the specified density at the contractor's expense. In no case 40 will excavation, pipe -laying, or other operation be allowed to proceed until the 41 specified compaction is attained. 42 f. The testing lab will provide results to Contractor and the City's Inspector upon 43 completion of the testing. 44 g. A formal report w'll be posted to the City's Accela (Developer Projects) and 45 BIM 360 (City Projects) site within 48 hours. 46 h. Test reports shall 'nclude: 47 I) Location of test by station number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 \VESTSIDE IV TRANSMISSION MAIN -- ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20of21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, blended 9 backfill material, cement modified backfill material or select material will follow 10 the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non -Conforming Work 14 1. All non -conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] l8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OR SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 3,3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E,5 — Added language prohibiting flooding of trench 6/18/2013 D. Johnson 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material 2/26/2021 Z. Arega 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 330510-21 UTILITY TRENCH EXCAVATION, EME3EDMENT, AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Stomi Sewer (PP - Polypropylene) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 }VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 330513-1 FRAME, COVER, AND GRADE RINGS Page 1 of 6 SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS 5 A.Section Includes 6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults. 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer structures such as manholes and Junction boxes. 10 B.Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C.Related Specification Sections include but are not necessarily limited to 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 - General Requirements. 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame, cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place, and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A.Reference Standards 27 1. Reference standards cited in this specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this 29 specification, unless a date is specifically cited. 30 2. ASTM International (ASTM) 31 a. ASTM A48 — Standard Specification for Gray Iron Castings 32 b. ASTM A536 - Standard Specification for Ductile Iron Castings 33 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 34 3. American Association of State Highways and Transportation Officials (AASHTO) 35 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading 36 to meet or exceed 21,280 pounds/wheel load 37 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 38 Related Castings 39 40 CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised December 9, 2021 PROJECT DATE: MARCH 2023 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A.Submittals shall be in accordance with Section 01 33 00. 4 B.AII submittals shall be accepted by the City prior to deliveiy and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A.Product Data 8 1. All castings shall be cast with: 9 a. Approved foundry's name 10 b. Part number 11 c. Country of origin 12 2. All moldings shall display: 13 a. Approved Molder 14 b. Molding date 15 c. Wording that material is non-metallic 16 d. Country of origin 17 3. Provide manufacturers: 18 a. Specifications 19 b. Load tables 20 c. Dimension diagrams 21 d. Anchor details 22 e. Installation instructions 23 B.Certificates 24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 25 AASHTO designations. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED Loa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A.Manufacturers 36 1. Only the manufacturers as listed on the City's Standard Products List will be 37 considered as shown in Section 01 60 00 unless otherwise specified on the plans. 38 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised December 9, 2021 PROJECT DATE: MARCH 2023 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 6 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 01 25 00. 3 B.Cast Iron Covers 4 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 5 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 6 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 7 loading with permanent deformation. 8 4. Covers 9 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 10 frame and cover 11 b. Provide with 2 inch wide pick slots in lieu of pick holes. 12 c. Provide gasket in frame and cover. 13 d. Standard Dimensions 14 1) Sanitary Sewer 15 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 16 cover assemblies unless otherwise specified in the Contract 17 Documents. 18 2) Storm Drain 19 a) Provide a clear opening of 24 inches for all storm drain frames, inlets 20 and cover assemblies unless otherwise specified in the Contract 21 Documents. 22 b) Provide a minimum clear opening of 30 inches for all storm sewer 23 manholes and junction structures. 24 e. Standard Labels 25 1) Water 26 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 27 2) Sanitary Sewer 28 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 29 the lid. 30 3) Storm Drain 31 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 32 lid. 33 f. Hinge Covers 34 I) Provide water tight gasket on all hinged covers. 35 2) Water 36 a) Provide hinged covers for all water structures. 37 3) Sanitary Sewer 38 a) Provide hinged covers for all manholes or structures constructs over 39 24-inch sewer lines and larger and for manholes where rim elevations 40 are greater than 12 inches above the surface. 41 C.Composite Covers 42 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 43 combined with reinforcing fiber rovings, short fiber filaments, or equivalent 44 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 45 polymer, vinylester, or a blend of these. The moldings shall be true to pattern in 46 locations affecting their strength and value for the service intended. Before the 47 moldings are removed from the molding operation, they shall be thoroughly 48 deflashed and cleaned at the parting lines, holes, notches and all exposed edges. CITY OF FORT WORTH \VESTSIDE IV 'TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised December 9, 2021 PROJECT DATE: MARCH 2023 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 6 1 2. Use clean molding capable of withstanding application of AASFITO I-IS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 I 1 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 12 Components for locking systems below the cover exposed to sewer 13 environment shall be made of noncorrosive materials such as nonmagnetic 316 14 stainless steel (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 16 frame and cover 17 c. Provide with 2 inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract 23 Documents. 24 f. Standard Labels 25 1) Sanitary Sewer 26 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch 27 (minimum) or 2-inch (maximum) letters across the lid. 28 2) Water 29 a) Cast lid with the word "WATER" in 1-1/2-inch (minimum) or 2-inch 30 (maximum) letters across the lid. 31 g. Hinge Covers 32 1) Hinged covers shall be double -hinged allowing a minimal 180° full 33 opening. 34 2) Provide water tight gasket on all hinged covers. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer lines. 38 D.Grade Rings 39 1. Provide grade rings in sizes from 2-inch up to 8-inch. 40 2. Precast concrete grade rings are not permitted 41 3. Riser adjustments to surface grade may be constructed using circular Sonotube® 42 forms 43 E. Joint Sealant 44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 45 form. 46 2. Provide sealant that is not dependent on a chemical action for its adhesive 47 properties or cohesive strength. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised December 9, 2021 PROJECT DATE: MARCH 2023 1 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 6 1 3. Provide adhesive as recommended by manufacturer on composite covers/grade 2 rings. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A.Grade Rings 11 1. Place as shown in the water and sanitary sewer City Standard Details. 12 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 13 3. Seal each grade ring with sealant specified in this Specification and as shown on the 14 City Standard Details. 15 B.Frame and Cover 16 1. Water 17 a. For water structures install frame, cover and grade rings in accordance with 18 applicable City Standard Detail. 19 2. Sanitary Sewer 20 a. For sanitary sewer structures install frame, cover and grade rings in accordance 21 with applicable City Standard Detail. 22 3. Storm Drain 23 a. For storm drain structures install frame, cover and grade rings in accordance 24 with applicable City Standard Detail. 25 4. Hinge Cover 26 a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain 27 and where specified on the Drawings. 28 C.Joint Sealing 29 1. Seal frame, grade rings and structure with specified sealant. 30 D.Concrete Collar 31 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised December 9, 2021 PROJECT DATE: MARCH 2023 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD boa] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 330513-6 FRAME, COVER, AND GRADE RINGS Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b)—Updated to clear opening dimensions to 22 ''A inches 3/19/2021 C. Henry 2.2.B.4.d.2)a) — Updated to clear opening dimensions to 24 inches 2.2.B.4.d.2)b)— Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 12/09/2021 M Owen Update specifications to correspond to standard detail revisions 9/09/2022 M Owen 2.2 D and E and 3.4 A — Clarified use of composite grade rings or adjustment using circular Sonotube® forms and that precast concrete grade rings are not permitted. CITY OF FORT WORTH WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103292-3 Revised December 9, 2021 PROJECT DATE: MARCH 2023 SECTION 33 05 16 CONCRETE WATER VAULTS PART 1- GENERAL 1.1 SUMMARY 330516-1 CONCRETE WATER VAULTS Page 1 of 5 A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials filrnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 16 -2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV ES'r CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART2- PRODUCTS 2.1 OWNER -FURNISHED FOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this. Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. I) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non -traffic areas — non II-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construclion — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 33 05 16 - 4 CONCRETE WATER VAULTS Page 4 of 5 7. Interior Coating or Liner— Conform to Section 33 39 60. 8. Exterior Coating a. Coal Tar Bitmnastic for below grade damp proofing b. Dry film thickness (DFT) no Tess than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume ± 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment I. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections l) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked tubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 33 05 16- 5 CONCRETE WATER VAULTS Page 5 of 5 Revision Log NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 2.2.B.3 —Modified vault hatch door and ladder requirements 2.2.C,6 — Modified rubber seal requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330517-1 CONCRETE COLLARS Page 1 of4 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. Concrete Collars for Valves 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 03 30 00 — Cast -In -Place Concrete 15 4. Section 03 80 00 — Modifications to Existing Concrete Structures 16 5. Section 33 05 13 —Frame, Cover, and Grade Rings 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Manhole 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Concrete Collar for 25 Manhole" installed. 26 c. The price bid will include: 27 1) Concrete Collar 28 2) Excavation 29 3) Forms 30 4) Reinforcing steel (if required) 31 5) Concrete 32 6) Backfill 33 7) Pavement removal 34 8) Hauling 35 9) Disposal of excess material 36 10) Placement and compaction of backfill 37 11) Clean-up 38 12) Additional pavement around perimeter of concrete collar as required for 39 rim adjustment on existing manhole. 40 2. Valve 41 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330517-2 CONCRETE COLLARS Page 2 of 4 1) Measurement for this Item shall be per each. 2 b. Payment 3 1) The work performed and the materials furnished in accordance with this 4 Item shall be paid for at the unit price bid per each "Concrete Collar for 5 Valve" installed. 6 c. The price bid will include: 7 1) Concrete Collar 8 2) Excavation 9 3) Forms 10 4) Reinforcing steel (if required) II 5) Concrete 12 6) Backfill 13 7) Pavement removal 14 8) Hauling 15 9) Disposal of excess material 16 10) Placement and compaction of backfill 17 11) Clean-up 18 12) Additional pavement around perimeter of concrete collar as required for 19 rim adjustment on existing manhole. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification, unless a date is specifically cited. 25 2. ASTM International (ASTM): 26 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 27 b. D4259, Standard Practice for Abrading Concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330517-3 CONCRETE COLLARS Page 3 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 13 A. Materials 14 1. Concrete — Conform to Section 03 30 00. 15 2. Reinforcing Steel — Conform to Section 03 21 00. 16 3. Frame and Cover — Conform to Section 33 05 13. 17 4. Grade Ring — Conform to Section 33 05 13. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Evaluation and Assessment 24 1. Verify lines and grades are in accordance to the Drawings. 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Final Rim Elevation 28 I. Install concrete grade rings for height adjustment. 29 a. Construct grade ring on load bearing shoulder of manhole. 30 b. Use sealant between rings as shown on Drawings. 31 c. Sono tube or approved equivalent may be used to perform the adjustment as 32 substitute for grade rings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330517-4 CONCRETE COLLARS Page 4 of 4 1 2. Set frame on top of manhole or grade rings using continuous water sealant to clean 2 smooth surface (when sono tube is used in Lieu of grade rings, sealant is not 3 required) 4 3. Remove debris, stones and dirt to ensure a watertight seal. 5 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 6 final surface elevation of the manhole frame. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE I2/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. 3/11/2022 M Owens Added measurement and payment for "Concrete Collar for Valve" and provided option to use Sono tube or approved equal product in lieu of grade rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March II, 2022 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 33 05 23 HAND TUNNELING PART1- GENERAL 1.1 SUMMARY 330523-1 HAND TUNNELING Page 1 of 10 A. Section Includes: 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 05 21 —Tunnel Liner Plate 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work performed and materials furnished in accordance with this Item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation art OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \SIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 23 - 2 IIAND TUNNELING Page 2 of 10 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings I) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 IVESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1.7 1.8 1.9 330523-3 HAND TUNNELING Page 3 of 10 Manufacturer's literature Laboratory test data verifying the strength of the proposed grout mix Proposed grout densities Viscosity Initial set time of grout (a) Data for these requirements shall be derived from trial batches from an approved testing laboratory. 5) Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. B. Daily Records 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to beginning Hand Tunneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were taken. 3. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length f. Time required to tunnel each ring g. Time required to set subsequent ring h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, including occurrences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system m. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer CLOSEOUT SUBMITTALS [NOT USED] MAINTENANCE MATERIAL SUBMITTALS [NOT USED] QUALITY ASSURANCE A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESfSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330523-4 HAND TUNNELING Page of 10 a. All tunneling work shall be performed by an experienced subcontractor or Contactor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection including, but not limited to, the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED foul OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 2. Casing Pipe shall be in accordance with Section 33 05 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of 'A inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330523-5 HAND TUNNELING Page 5 of 10 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. 2 3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 1. Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak, running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.4 INSTALLATION A. Tunnel Methods CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330523-6 HAND TUNNELING Page 6 of 10 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers, pipe, property and the public b. Provide a finished product as required. B. General I. The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end, unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks, apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the Pipe, f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. I) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330523-7 HAND TUNNELING Pagc7of 10 3. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the lacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB- l7, Section II-26, Construction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shalt proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1. Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate, install pressure grout mix at the end of each work day or snore often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48-inches ill diameter or Larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST crrY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330523-8 HAND TUNNELING Page 8 of 10 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade I. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design line or grade: th 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and return to the design alignment and grade at a rate of not more than I inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross -sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 23 - 9 HAND TUNNELING Page 9 of 10 b. Payment will be negotiated with the Contractor on a case -by -case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise making it possible for the shield to advance past objects consisting of cobbles, boulders, wood, reinforced concrete, and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 3.5 CLEANUP AND RESTORATION A. After completion of the tunneling, all construction debris, spoils, oil, grease and other materials shall be removed from the tunneling pipe, shafts and all work areas. 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Safety 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised-0eccmber 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 05 23 - 10 HAND TUNNELING Page 10 of 10 a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP ]NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. I03292-3 PROJECT DATE: MARCH 2023 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY 330526-I UTILITY MARKERS/L.00ATORS I'age 1 of 4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials finished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \VESTSIDE IV TRANSMISSION MAIN - ALEDO IRD 1'0 WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: I) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (I) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED[ PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3 2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or Large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: I) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED[ 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO, 103292-3 PROJECT DATE: MARCH 2023 330530-1 LOCATION OF EXISTING UTILITIES Page I of 4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. 'fhe price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location I . Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions I. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation I. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCFI 2023 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility Locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: I. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD 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 [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 Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA Revised December 20, 2012 ON DOCUMENTS WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 33 11 05 BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SUMMARY 331105-L BOLTS, NUTS, AND GASKETS Page I of7 A. Section Includes: 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 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 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 4. Section 33 1110 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange John Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). e. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. MI1, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS a. b. 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 I. Bolts and nuts for mechanical and or flange Joints 2. Gaskets B. Certificates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331105-3 BOLTS, NUTS, ANI) GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing L The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the mate 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] al in accordance with Section 01 66 PART 2- PRODUCTS 2.1 OWNER -FURNISHED (on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH STANDARD CONSTRUC PION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO 1VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331105-4 BOLTS, NUTS, AND GASKETS Page of C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade Nuts 8 with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements ofAWWA C207 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AW WA CI11/A21.1I. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of Joint and gasket tolerances. G. Mechanical John Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AW WA CI 11/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI CI11/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B I I7, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331105-6 BOLTS, NUTS, AND GASKETS Page of 3.3 PREPARATION INOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a Joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a Joint is made between two ductile iron flanges, the Joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of I hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no Longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of 1/4-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of Joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of 1/4-inch from the nuts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. I) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of I inch. a. For severely corrosive environments, an overlap of' 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] 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] CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 \ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL SECTION 33 12 20 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 —General Requirements 14 3. Section 33 11 05 — Bolts, Nuts, and Gaskets 15 4. Section 33 11 10 — Ductile Iron Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Gate Valve 19 a. Measurement 20 1) Measurement for this Bern shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Gate Valve" installed 24 for: 25 a) Various sizes 26 c. The price bid shall include: 27 I) Furnishing and installing Gate Valves with connections as specified in the 28 Drawings 29 2) Valve box 30 3) Extension 31 4) Extensions for valves in vaults 32 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 33 6) Petrolatum tape for connections to steel flanges 34 7) 2-inch risers (for 16-inch and larger gate valves) 35 8) Isolation kits when installed with flanged connections 36 9) Polyethylene encasement 37 10) Pavement removal 38 11) Excavation 39 12) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAINC' Y PROS EDOD TO NSI 2V EST TPROJECT DATE: MARCH 2023 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backfill 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS —Non Rising Stem 43 2. OS&Y — Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Pagc 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 8 5. ASTM International (ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 15 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association (AWWA): 18 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 19 b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 20 c. C550, Protective Interior Coatings for Valves and Hydrants. 21 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 22 through 12 IN, for Water Transmission and Distribution. 23 7. American Water Works Association/American National Standards Institute 24 (AWWA/ANSI): 25 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 26 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 27 c. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 28 Threaded Flanges. 29 8. NSF International (NSF): 30 a. 61, Drinking Water System Components - Health Effects. 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the City prior to delivery. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 38 supplied, including: 39 a. Dimensions, weights, material list, and detailed drawings 40 b. Joint type 41 c. Maximum torque recommended by the manufacturer for the valve size 42 2. Polyethylene encasement and tape CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 2 3 4 5 6 7 8 9 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page of 10 a. Whether the film is linear low density or high density cross linked polyethylene b. The thickness of the film provided 3. Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c. Any other means 4. Instructions for field repair of fusion bonded epoxy coating 5. Gaskets B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 . Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. I) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C5I 5. d. For valves equipped with a bypass, the bypass valve must be of the same manufacturer as the main valve. e. Resilient Seated Gate Valves shall be new. f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of successful experience manufacturing of Resilient Seated Gate Valves of similar service and size, and indicated or demonstrate an experience record that is satisfactory to the Engineer and City. This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 1 g• 2 3 4 5 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 Casings for Resilient Seated Gate Valve, such as valve body, wedge, and bypass; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Resilient Seated Gate Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 66 00. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED Lott] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. C. Materials 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 36 6. Joints 37 a. Valves: flanged, or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged -joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange joints unless otherwise specified in the Contract Documents. 45 3) Ductile Iron or PVC pressure pipe 46 a) Use mechanical joints with mechanically restrained retainer glands 47 unless otherwise specified in the Contract Documents. 1 1. Valve Body 2 a. Valve body: ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 CI I I/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 7 mils, meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge (Gate) 12 a. Resilient wedge: rated at 250 psig cold water working pressure 13 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller, track and scrapper system, an integrally 17 cast bypass on the body of the valve is required_ 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 23 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 24 through 12-inch valves) or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel foi buried service (all sizes) 26 and for valves 16-inch through 36-inch (non -buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 1 105. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 11 05. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE), 7 direction. Nut shalt be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut from 9 transferring torque to that shaft or the gear box that exceeds the manufacturer's 10 recommended torque. 1 1 f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve as L7 an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 11 05. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 e. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each Joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes 33 and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 `A -inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be carted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 I) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3 2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [old SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a filly closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 I 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 CITY OF FORT WORTEI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAINC13 YLE OJRCT ND TO O. EST PROJECT DATE: MARCH 2023 1 2 RESILIENT SEA END OF SECTION 33 12 20 - 10 D (WEDGE) GATE VALVE Page 10 of 10 Revision Log NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 1.LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment -- Added Cut -In Gate Valve 1.2.A. I.c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 11 05. I.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have bypass a and bypass material requirements; Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 6/24/2014 D. Townsend I. LA.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.8.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership in foreign factories/foundries providing components to certify on -site quality control. 1.9.A.I.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 5/6/2015 30-inch D. Townsend 2.2.C.3. resilient seated 2.2.C.3.2 2.2.C.7.d I.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from to 48-inch L I.A.La Revised minimum size gate valve requiring bypass from 30-inch to 24-inch. Changed requirement for an integrally cast bypass from 30-inch and above seated gate valves to all double roller, track and scrapper system resilient gate valves Added the minimum size bypass shall be 4-inches. Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 12 21 - 1 AWWA Rubber -Seated Butterfly Valves Page 1 of 11 SECTION 33 12 21 AWWA RUBBER -SEATED BUTTERFLY VALVES PART 1 - GENERAL 1.1 SUMMARY 1.2 A. Section Includes: 1. AWWA Rubber -Seated Butterfly Valves 30-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as shown on the Standard Products List. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 05 16 — Concrete Water Vaults 6. Section 33 11 05 —Bolts, Nuts, and Gaskets PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "AWWA Butterfly Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances c. Pavement removal d. Excavation e. I-Iauling f. Disposal of excess material g. Furnishing, placing and compaction of embedment h. Furnishing, placing and compaction of backfill i. Clean-up J. Cleaning k. Disinfection I. Testing cav OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN CITY PROJECT TOEDO RD 1 IV 92-3 EST PROJECT DATE: MARCH 2023 33 12 21 - 2 AWWA Rubber -Seated Butterfly Valves Page 2 of 11 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. B 1.1, Unified Inch Screw Thread Series 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A536, Standard Specification for Ductile Iron Castings. d. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C11 1/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 6. American Water Works Association (AWWA): a. C504, Rubber -Seated Butterfly Valves. b. C550, Protective Interior Coatings for Valves and Hydrants. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings/NACE International (SSPC/NACE): a. SP I0/NACE No. 2, Near -White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Rubber -Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification f. Valve Seat Type and bonding method to disc or body g. Valve -port diameter h. Valve Torque required 1. Actuator Type and maximum torque J. Total net assembled weight k. Valve operator and extension stems 1. Opening direction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSI DE IV TRANSMISSION MAIN - ALEDO RD TO WSI V EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 12 21 -3 AWWA Rubber -Seated Butterfly Valves Page 3 of 11 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber -Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast -in -place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber -Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Rubber -Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. I) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Rubber -Seated Butterfly Valves shall be in conformance with AWWA C504. c. Casings for Rubber -Seated Butterfly Valves; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Rubber -Seated Butterfly Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. d. Worm -gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504 & CSPV-3 Quarter -turn Worm Gear Operator, 2) AUWA GS Part -Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non-burier applications or WB series for direct -buried applications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - PROJECT LERTO WSIV EST CITY3 PROJECT DATE: MARCH 2023 331221-4 AWWA Rubber -Seated Butterfly Valves Page 4 of 11 5) Or Engineer approved equal 2. The AWWA Rubber -Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber -Seated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve, actuator and extension stems. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory -authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2- PRODUCTS 2.1 OWNER -FURNISHED [(JR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331221-5 A\VWA Rubber -Seated Butterfly Valves Page 5 of l l 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. AWWA Rubber -Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber -Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65 45 12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: I) Class 125 Standard flanged ends faced 2) Drilled per ASME B16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material 2) Provide bolts and nuts in accordance with Section 33 11 05. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B1.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 11 05. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub -shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 ''A times shaft diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - A E DO PROJECT TO NWSIV 103EST CITYPROJECT DATE: MARCH 2023 331221-6 AWWA Rubber -Seated Butterfly Valves Page 6 of 11 3) Minimum diameter per AWWA C5O4 4) FIorizontal orientation 7. Shaft Seals a. Valve shaft seals shall be self -compensating V-type packing with a minimum of 4 sealing rings, b. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9. Valve Seat a. Seats on Body (for transmission projects only) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body. 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the full 360 degrees circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (for transmission 01 water facility) 1) The seat shall be a Buna-N o1 EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. 4) The resilient seat's mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance / Design Criteria a. Valve Classification shall be Class 25OB D. Finishes L. Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the latest revision of AWWA C55O. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. b. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer's standard coating or as specified in the Contract Documents. c. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 12 21 - 7 AWWA Rubber -Seated Butterfly Valves Page 7 of 11 d. Surfaces to be coated shall be prepared and sand -blasted per SSPC SP 10/NACE No. 2. e. Final coating thickness shall be 16 mils minimum. f. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. g. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. E. Marking for Identification 1. For each Rubber -Seated Butterfly Valve, clearly mark with the following information: a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 2.3 ACCESSORIES A. Rubber -Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: I. Below grade Rubber -Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. Valves shall be provided with manual actuators, unless otherwise specified in the Drawings. b. Valves shall be opened by turning the actuator clockwise and close counter clockwise. c. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. d. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. e. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. f. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing "Open" and "Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees g. Actuator shall be worm -gear type, as follows: I) Worm gear manual operator shall comply fully with AWWA C504, latest edition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD 'fO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 12 21 - 8 AWWA Rubber -Seated Butterfly Valves Page 8 of II 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom -entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. Worm gear operator shall include handwheel with maximum 80 pound rim pull or a 2- inch AWWA Nut with a maximum 150 ft. lbs required input torque 4) Materials of Construction a) Housing: Ductile Iron b) Drive sleeve. Bronze c) Worm: Alloy steel with splined input drive connection d) Bearings: Heavy duty tapered roller bearings e) Finish: Thermostatically Applied Polyester Powdercoat 0 Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. a) With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi -tun "torque -only" electric valve actuator. (I) Supplier shall include the Number of Turns required to complete on Open -to -Close stroke in the Equipment Submittal. 3. Extension Stem a. Keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the valve is 3 feet or more beneath the surface of the ground I) Not required for City stock orders. 2) Extension stems shall not be bolted or attached to the valve -operating nut. 3) Extension stems shall be of cold rolled steel with a cross -sectional area of I square inch, fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. I) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage (i.e. bubbles in the water pool) during the test period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 2. The valve body shall be hydrostatically tested at minutes with the valve in the slightly open positi a. During this test, there shall be no leakage or weld or valve trunnions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION 331221-9 A W WA Rubber -Seated Butterfly Valves Page oftl twice the rated pressure for 10 on. seeping through the valve body, A. General 1. All Rubber -Seated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. 2. For buried applications, Rubber -Seated Butterfly Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00. All vault appurtenances shall be installed in accordance with Section 33 05 16. 3. All excavations shall be backfilled in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed Rubber -Seated Butterfly Valve, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber -Seated Butterfly Valve meet the City's criteria, then the valve will be accepted as installed. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 W ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CPTY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 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 33 12 21 - 10 AWWA Rubber -Seated Butterfly Valves Page 10 of 1 I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331221-I1 AWWA Rubber -Seated Butterfly Valves Pagell of 11 Revision Log NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 1. LA— Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 2.2.C.3 and 4 — Added Section 33 1105 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 6/24/2014 D. Townsend 1.1.A Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches; Blue text included for exceptions 1.6.C.3 Added Section. Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings I.9.A. Lc Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.1.d Added Section. Acceptable worm gear type actuators. 2.2.A.2. Added Clarification. Accepted product can be listed in this specification 2.3.A.2.g. 3&4. Format Change. Added Item 4 to Item 3. 2.3.AQ.2.g.3. Addition: "or 2-inch AWWA Nut with a maximum 150 ft Ibs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.0 & 2.3.A.2.c.I Modification. Manual actuator to have adjustable stops 04/23/2019 Walter Norwood 11.A previously referenced "...as specified herein and shown on the Drawings." and was updated to reflect "...as shown on the Standard Products List." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 33 11 05 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment I) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) I-Iauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Fcbnary 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME)• a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate -Tensile Strength. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system g• h. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331225-4 CONNECTION TO EXISTING WATER MAINS Page of 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage du site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent nest and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty I. Manufacturer's warranty shall be in accordance with Division 1. during a prolonged delay from rg a prolonged period at the PART2- PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 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. Description 1. Regulatory Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Febniary 6, 2013 \VESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331225-6 CONNECTION TO EXISTING WATER MAINS Pagc 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C10S/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3 2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 33 05 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION 3.5 3.6 3.7 3.8 3.9 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de -chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. REPAIR/RESTORATION [NOT USED] RE -INSTALLATION [NOT USED] FIELD [OR] SITE QUALITY CONTROL [NOT USED] SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] 3.10 CLEANING NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.3 and 4 —Added reference to Section 33 11 05 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.13.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO 12D TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331260-1 STANDARD BLOW -OFF ASSEMBLY Page I of 4 SECTION 33 12 60 STANDARD BLOW -OFF ASSEMBLY PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Standard Blow -off Assembly (6-inch thru 12-inch) B. Products Installed but Not Furnished Under This Section I. None C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: I. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 03 80 00 —Modifications to Existing Concrete Structures 5. Section 33 05 10—Utility Trench Excavation, Embedment, and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 l 110 — Ductile Iron Pipe 8. Section 33 11 1 1 — Ductile Iron Fittings 9. Section 33 11 13 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 10. Section 33 11. Section 33 12. Section 33 13. Section 33 1 1 14 — Buried Steel Pipe and Fittings 12 20 — Resilient Seated Gate Valve 39 10 — Cast -in -Place Concrete Manholes 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes gate valves, piping, appurtenances, manhole and cast -in - place concrete bases. 1) Tee or outlet from water main is measured and paid for separately. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Blow Off Valve" installed for: 1) Various sizes 3. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO 12D TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331260-2 STANDARD BLOW -OFF ASSEMBLY Page 2 of 4 a. Excavation b. Pre -cast or cast -in -place concrete manhole and appurtenances c. Cast -in -place concrete gate valve bases d. Crushed rock foundation e. Hinged frame and cover f. Piping, valves and appurtenances g. Fittings (excluding tee or outlet on water main) h. Horizontal thrust blocking I. Backfill 1. Pavement removal k. Hauling 1. Disposal of excess material 1u. Placement and compaction of backfill n. Clean-up o. Surface restoration associated with blow -off valve manhole and piping 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Piping 3. Isolation Valves 4. Frame and Cover 5. Concrete mix design for gate valve bases 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 STANDARD BLOW -OF PART2- PRODUCTS 2.1 OWNER -FURNISHED [old OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 331260-3 ASSEMBLY Page 3 of4 A. Materials I. Cast -in -Place or Precast Concrete Manholes — Conform to Sections 33 39 10 or 33 39 20 2. Gate Valves — Conform to Section 33 12 20 3. Ductile Iron Pipe — Conform to Section 33 11 10 4. Ductile Iron Fittings — Conform to Section 33 11 11 5. Hinged Frame and Cover — Conform to Section 33 05 13 6. Concrete Mix Design — Conform to Section 03 30 00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install blow -off assembly in accordance with respective manufacturer's recommendations. B. Pipe Penetrations 1. Conform to Section 03 80 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 331260-4 STANDARD BLOW -OFF ASSEMBLY Page 4 of 4 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 20I3 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY 333920-I PRECAST CONCRETE MANHOLE Page 1 of6 A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 4. 5. 6. 7. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole 3. Section 03 30 00 — Cast -in -Place Concrete Section 03 80 00 — Modifications to Existing Concrete Structures Section 33 01 30 — Sewer and Manhole Testing Section 33 05 13 — Frame, Cover, and Grade Rings Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures a. b. c. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types The price bid will include: Manhole structure complete in place Excavation Forms Reinforcing steel (if required) Concrete Backfill Foundation Drop pipe Stubs 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Frame 11) Cover 12) Grade rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 W ESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed Joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long Joints at the bottom and shorter Joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be firnished with lift Lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover— Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner— Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D 1187 Type I and ASTM D1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 PART3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole I. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING INOT 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 NAME SUMMARY OF CHANGE DATE 12/20/2012 D. Johnson 1.1 .A. 1 — Modified to include precast manholes for water and reclaimed water applications 1.3.8.2 — Modified to include ASTM C443, D1187 and DI227 as references 2.2.8.1-3 — Modified in accordance with new ASTM references 2.2.8.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV TRANSMISSION MAIN - ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 GC-4.01 Availability of Lands CITY OF FORT VVORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO 12D'1'O WSIV EST CITY PROJECT NO. 103292-3 PROJEC F DATE: MARCH 2023 Electronically Recorded by Tarrant County Clerk in Official Public Records vuv - f,3„A Les MARY LOUISE NICHOLSON COUNTY CLERK 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 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 10 PWFE ALEDO RD HENRY LANE SURVEY, Abstract 928; SA & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991 (BALANCE IN PARKER CTY) STATE OF TEXAS COUNTY OF TARRANT DATE. KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH WATER FACILITY EASEMENT Ctiry . \\, GRANTOR: TRT LAND INVESTORS, LLC a Delaware limited liability company GRANTOR'S MAILING ADDRESS (including County): 4001 MAPLE AVENUE SUITE 270 DALLAS, DALLAS COUNTY, TX. 75219 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 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, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Water Main Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and WATER FACILITY EASEMENT Rev. 20220109 Foar iVoerFf. tJ«OWT:leUI., PUGS ., 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 any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor (I) 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 permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement 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 irrigation systems or other improvements installed in violation of the provisions and intended use of this Water Facility Easement. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent Water Facility 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 this warranty and representation in accepting this permanent Water Facility Easement. TO HAVE AND TO HOLD the above -described permanent Water Facility Easement, subject to the Conditions, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said Water Facility Easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): If Grantee fails to cause completion of the Facility so that the Facility can be operational on or before the 10th anniversary of the date of this Water Facility Easement or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Easement Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written WATER FACILITY EASEMENT Rev, 20220109 FORT WORTH. ruyc WI �v GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limited +ility company By: (Print Name) Pre U %c-e Pre S n t STATE OF TEXAS COUNTY OF DALLAS ACKNOWLEDGMENT BEFORE ME, the undersized authority, a Notary Public in and for the State of Texas, on this day personally appeared P GIU I R • J orei-e, , V I Gt Pre Si drthrof TRT Land Investors, 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 TRT Land Investors, LLC and that they executed the same as the act of said Delaware lirnited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Jon Ut6W j III 2UL3 [SEAL] 40 _i %:••+`,z ''n„ JQSELYNE LARA Notary Public, State of Texas Comm. Expires 03-17-2026 `'' Notary ID 133652910 WATER FACILITY EASEMENT Rev. 20220109 n Notl•y Public; State of T as Name (printed): J oc H yve L ar % Nota •y's commission expires: 0 3-. ti FORT WORTH. ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRANT § GRANTEE: City of Fort Worth Dana Burghdoff By (Signature): Dana Burghdoff eb 1, 2023 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND J�' LEGALITY By (Signature): r/ (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 Dana Burghdoff 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. Assistant City Manager 4 GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Feb 2, 2023 [SEAL) SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp, Mar. 31, 2024 WATER FACILITY EASEMENT Rev. 20220109 Selena Ala (Feb 2, 202313:28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 FORT WORT. Ayu.,.,I I LP WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT CITY OF FORT WORTH TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 14.472 acre (630,401 square feet)tract of land situated in the Henry Lane Survey, Abstract No. 928 and the SA & MG RR Co Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas, and the I & G N RR Co Survey, Abstract No. 1991, City of Fort Worth, Parker and Tarrant County, Texas, and also being a portion of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 14.472 acre (630,401 square feet)tract of land being more particularly described by metes and bounds as follows: BEGINNING at a calculated point in the east line of a proposed 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Storage Tank Site and in the west line of a proposed 24.0' Permanent Access Easement, from which a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southeast corner of said proposed Elevated Storage Tank Site and the southwest corner of said proposed 24.0' Permanent Access Easement bears South 23 degrees 05 minutes 33 seconds East, a distance of 14.08 feet, and from which a 1/2 inch iron rod found for the east corner of Tract 40 of the Creeks of Aledo, an addition to the City of Fort Worth, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records of Parker County, Texas bears South 77 degrees 28 minutes 59 seconds West, a distance of 1,952.17 feet; THENCE North 23 degrees 05 minutes 33 seconds West, with the east line of said proposed Elevated Storage Tank Site and with the west line of said proposed 24.0' Permanent Access Easement, a distance of 50.00 feet to a calculated point for corner, from which a 5/8 inch iron rod with cap stamped `GORRONDONA & ASSOCIATES" set for the northeast corner of said proposed Elevated Storage Tank Site bears North 23 degrees 05 minutes 33 seconds West, a distance of 145.91 feet; THENCE North 67 degrees 05 minutes 02 seconds East, a distance of 56.12 feet to a calculated point for corner; THENCE North 22 degrees 54 minutes 58 seconds West, a distance of 201.28 feet to a calculated point for the beginning of a curve to the right having a radius of 1,187.76 feet, a delta angle of 37 degrees 35 minutes 49 seconds, and whose chord bears North 03 degrees 31 minutes 44 seconds West, a chord distance of 765.49 feet; Exhibit A Page 1 of 6 CI9C WI I kJ THENCE Northerly, with said curve to the right, an arc distance of 779.39 feet to a calculated point for corner; THENCE North 15 degrees 51 minutes 30 seconds East, a distance of 1,670.29 feet to a calculated point for corner; THENCE South 74 degrees 37 minutes 26 seconds East, a distance of 99.84 feet to a calculated point for the beginning of a curve to the left having a radius of 4,936.46 feet, a delta angle of 46 degrees 42 minutes 05 seconds, and whose chord bears North 80 degrees 46 minutes 53 seconds East, a chord distance of 3,913.21 feet; THENCE Easterly, with said curve to the left, an arc distance of 4,023.67 feet to a calculated point for corner; THENCE North 57 degrees 25 minutes 51 seconds East, a distance of 587.60 feet to a calculated point for the beginning of a curve to the left having a radius of 1,436.50 feet, a delta angle of 39 degrees 18 minutes 06 seconds, and whose chord bears North 37 degrees 46 minutes 48 seconds East, a chord distance of 966.16 feet; THENCE Northeasterly, with said curve to the left, an arc distance of 985.36 feet to a calculated point for corner; THENCE North 18 degrees 07 minutes 45 seconds East, a distance of 1,528.57 feet to a calculated point for corner; THENCE North 29 degrees 22 minutes 45 seconds East, a distance of 667.95 feet to a calculated point for corner; THENCE North 18 degrees 07 minutes 45 seconds East, a distance of 437.14 feet to a calculated point for corner; THENCE North 27 degrees 51 minutes 25 seconds West, a distance of 8.57 feet to a calculated point for corner; THENCE North 65 degrees 43 minutes 49 seconds West, a distance of 36.01 feet to a calculated point for corner; THENCE North 61 degrees 49 minutes 56 seconds West, a distance of 133.28 feet to a calculated point for corner; THENCE North 58 degrees 02 minutes 05 seconds West, a distance of 138.14 feet to a calculated point for corner; Exhibit A Page 2 of 6 11-ayc I./1 I., THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE N orth 54 degrees 48 minutes 12 seconds West, a distance of 141.73 feet to a calculated point for corner; North 53 degrees 32 minutes 03 seconds West, a distance of 172.88 feet to a calculated point for corner; N orth 53 degrees 52 minutes 24 seconds West, a distance of 168.12 feet to a calculated point for corner; N orth 57 degrees 32 minutes 43 seconds West, a distance of 126.09 feet to a calculated point for corner; North 61 degrees 54 minutes 42 seconds West, a distance of 114.80 feet to a calculated point for corner; N orth 66 degrees 33 minutes 15 seconds West, a distance of 119.71 feet to a calculated point for corner; North 70 degrees 31 minutes 58 seconds West, a distance of 142,39 feet to a calculated point for corner; N orth 74 degrees 48 minutes 54 seconds West, a distance of 113.60 feet to a calculated point for corner; THENCE North 10 degrees 53 minutes 13 seconds East, a distance of 111.67 feet to a calculated point for corner in the northerly line of said called 3,590.912 acre tract of land and in the southerly line of the Union Pacific Railroad (200.0' right- of-way) as recorded in Volume 13215, Page 130 of said Official Public Records of Tarrant County, Texas said calculated point being the beginning of a curve to the right having a radius of 1,716.18 feet, a delta of 01 degrees 40 minutes 14 seconds, and whose chord bears South 76 degrees 53 minutes 02 seconds East, a chord distance of 50.04 feet; THENCE Easterly, with said curve to the right, with the northerly line of said called 3,590.912 acre tract of land and with the southerly line of said Union Pacific Railroad, an arc distance of 50.04 feet to a calculated point for corner; THENCE South 10 degrees 53 minutes 13 seconds West, a distance of 63.35 feet to a calculated point for corner; THENCE South 74 degrees 48 minutes 54 seconds East, passing at a distance of 44.38 feet, a calculated point for a southwest corner of an Easement and Right -of - Way conveyed to Barnett Gathering, L.P. as recorded in Instrument No. D209242446 of said Official Public Records of Tarrant County, Texas, in all, a distance of 69.09 feet to a calculated point for corner; Exhibit A Page 3 of 6 �ayG VI ,0 THENCE South 70 degrees 31 minutes 58 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 146.00 feet to a calculated point for corner; THENCE South 66 degrees 33 minutes 15 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 123.47 feet to a calculated point for corner; THENCE South 61 degrees 54 minutes 42 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 118.73 feet to a calculated point for corner; THENCE South 57 degrees 32 minutes 43 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 129.60 feet to a calculated point for corner; THENCE South 53 degrees 52 minutes 24 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 169.87 feet to a calculated point for corner; THENCE South 53 degrees 32 minutes 03 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 172.47 feet to a calculated point for corner; THENCE South 54 degrees 48 minutes 12 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 139.77 feet to a calculated point for corner; THENCE South 58 degrees 02 minutes 05 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 135.07 feet to a calculated point for corner; THENCE South 61 degrees 49 minutes 56 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 129.92 feet to a calculated point for corner; THENCE South 65 degrees 43 minutes 49 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 51.46 feet to a calculated point for corner; Exhibit A Page 4 of 6 -Q9C ,, ,., THENCE South 27 degrees 51 minutes 25 seconds East, a distance of 46.94 feet to a calculated point for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears South 88 degrees 19 minutes 25 seconds East, a distance of 8,427.18 feet, said 1/2 inch iron rod with cap stamped "YP ASSOCIATES.COM" being the intersection of the westerly line of FM 2871 (a variable width right-of-way) with the southerly line of said Union Pacific Railroad; THENCE South 18 degrees 07 minutes 45 seconds West, a distance of 463.28 feet to a calculated point for corner; THENCE South 29 degrees 22 minutes 45 seconds West, a distance of 667.95 feet to a calculated point for corner; THENCE South 18 degrees 07 minutes 45 seconds West, a distance of 1,523.64 feet to a calculated point for the beginning of a curve to the right having a radius of 1,486.50 feet, a delta angle of 39 degrees 18 minutes 06 seconds, and whose chord bears South 37 degrees 46 minutes 48 seconds West, a chord distance of 999.78 feet; THENCE Southwesterly, with said curve to the right, an arc distance of 1,019.66 feet to a calculated point for corner; THENCE South 57 degrees 25 minutes 51 seconds West, a distance of 587.60 feet to a calculated point for the beginning of a curve to the right having a radius of 4,986.46 feet, a delta angle of 46 degrees 42 minutes 05 seconds, and whose chord bears South 80 degrees 46 minutes 53 seconds West, a chord distance of 3,952.85 feet; THENCE Westerly, with said non -tangent curve to the right, an arc distance of 4,064.43 feet to a calculated point for corner; THENCE North 75 degrees 06 minutes 17 seconds West, a distance of 51.35 feet to a calculated point for corner; THENCE South 15 degrees 51 minutes 30 seconds West, a distance of 1,620.04 feet to a calculated point for the beginning of a curve to the left having a radius of 1,137.76 feet, a delta angle of 37 degrees 34 minutes 17 seconds, and whose chord bears South 03 degrees 31 minutes 44 seconds East, a chord distance of 732.78 feet; THENCE Southerly, with said curve to the left, an arc distance of 746.08 feet to a calculated point for corner; Exhibit A Page 5 of 6 rayc ,LI V, ,u THENCE South 22 degrees 54 minutes 58 seconds East, a distance of 278.02 feet to a calculated point for corner; THENCE South 67 degrees 05 minutes 02 seconds West, a distance of 50.00 feet to a calculated point for corner; THENCE North 22 degrees 54 minutes 58 seconds West, a distance of 27.00 feet to a calculated point for corner; THENCE South 67 degrees 05 minutes 02 seconds West, a distance of 55.96 feet to the POINT OF BEGINNING, and containing 630,401 square feet or 14.472 acres of land, more or less. Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Bearings are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: February 14, 2022 Revised January 18, 2023 Revised February 9, 2023 Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 6 of 6 1-129G , , %J, ,., EXHIBIT "B" MA rcyuNE AoE2 \\ \\1PROPOSED 24.0' _Aver EASEMENT ACCESS PROPOSED M.O. PERMANENT E1ECIRIC EASENENT 400 200 0 SCALE IN FEET \ \ \:.:: \\ \k;\ \\ \\\:::.:, PROPOSED ELEVATED \\ \\ sroRA44,1GE ITE 00 sQFI� 1.012 ACRES TRACT 40 CREEKS OF ALEDO VOLUME 2002, PAGE 1945 O.P.R.P.C.T. FRO 1/21R s 3720 TRACT 39 CREEKS OF ALEDO VOLUME 2012, PAGE 926 O.P.R.P.C.T. ,J 1� PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 630,401 SQ. FT. 14.472 ACRES CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T. SEE DETAIL rid) REVISED FEBRUARY 9, 2023 REVISED JANUARY 1B, 2023 orrWoar City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT ICTY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) MAI JOB No. KHA_2106.00 DRAWN BY: RK CAD FILE 03E—WATERUNEJT0I.DWG DATE: FEBRUARY 14 2022 EXHIBIT B PAGE 1 OF 8 SCALE: 1" = 400' RICHARD KENNEDY REGISTERED PROFESS OVAL LAND SURVEYOR NO, 5527 TEXAS ARM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 rayc ,L v, ,II EXHIBIT PERMANENT WATER AND RECLAIMED/<j„ WATER LINE EASEMENT "' • 630,401 SO. FT. /> �• 14.472 ACRES MAT�y�I. E Irim AQE 7 L-7 L-46 • 400 200 0 400 to SCALE IN FEET C-2 r z m 0 m W REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT I CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GAAV JOB No, KHA 9106.00 DATE: FEBRUARY 14, 2022 DRAWN BY: RK EXHIBIT B PAGE 2 OF 8 CAD FILE: 03E_WATERUNE-ROI.DWG SCALE: 1' = 4001 RICHARD KENNEDY L/ REGISTERED PROFESSIONAL LAND SURVEYOR Na 5527 TFYGS F1RMA No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E LOOP 1320, SUfTE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1766, ra9C ,el J, ,u 3 2OVd 2NI1HOIW' g_ 400 200 0 EXHIBIT 400 SCALE IN FEED ”B„ PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 630,401 SO. FT. 14.472 ACRES C-6 V aD\Jd NIlHOEWW y CJ REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 City of Fort Worth 200 TFYAS EET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT I CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&Al JOB No. KHA210600 DATE FEBRUARY 14, 2022 DRAWN BY: RK EXHIBIT B PAGE 3 OF 8 CAD ALE: 03Er,WATERIJNE R01.OWG SCALE: 1• - 4001 RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA h ASSOCIATES, INC. • 2800 N.E. LOOP 820 SURE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 r09c ,•..., ICJ l J r_ Z m -0 0 m W U oti L)J O-k Q�� moo. PG �÷�� 400 200 0 Q 1 EXHIBIT "B" MATCHLINE PAGE 5 i7 J • '• key PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 630,401 SO. ET. 14.472 ACRES 400 SCALE IN FEET HO REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA 630,401 SQUARE FEE OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI JOB No. KHA 2106.00 DATE: FEBRUARY 14, 2022 DRAWN BY: RK CAD FILE; 03E_WATERUNE_RO1.DWG EXHIBIT B1 PAGE 4 OF 8 SCALE: 1' 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TFYlS FIRM No. 10106900 CORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 8 7-496-1424 FAX 817-496-176B rayc ,„ , ,CP chi ....... • L-23 L-22 L-21—' RIGHT—OF—WAY ANDAND EASEMENT ENERGY TRANSFER FUEL, LP. INST. N0. 0206325896 O.P.R.T.C.T. 400 200 L-20 EXHIBIT "B " SEE DETAIL "C" L-30 Soh, 46 L-31 s<F FOO L-32 \ �A°T �O L-33 �\� '% '90 L-19 L— CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. 0221245221 O.P.R.T.C.T. 0 400 SCALE IN FEET L-36 L-37 �• L-38 UNION PACIFIC RAILROAD COMPANY VOLUME 13215, PAGE 130 O.P.R.T.C.T. L-34 • p 4, L-35 :�, L-17 L-16 L-15 SEE _2''/;;�.. DETAIL "B"�� A .:../ tl I T 60 •° -1 •ram 30' WATERLINE EASEMENT CITY OF WEATHERFORD INST. NO. 0192033594 N 8B'19'25"E 8,427.16' EASEMENT AND RIGHT—OF—WAY BARNETT GATHERING, LP. INST. NO. D209242446 O.P.R.T.C.T. 630,401 SO FT. PAND RECLAIMEDR i S� O WATER LINE EASEMENT GO � '� SP P� MATCHLINE PAGE 4 REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT I CITY PRO . N0. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION' CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) P� ...../ / oil RCo..yN RICHARD KENNEDY 4 _°,ppF:fr) 0 Z° G&AI JOB No• KHA 210B.00 DRAWN BY: RK CAD FLE 03E_WATERUNEROI.DWG DATE: FEBRUARY 14, 2022 EXHIBIT B PAGE 5 OF 8 SCALE: 1" = 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO 5527 TFYeS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 620, SURE 660 FORT WORTH, 1X. 76137 • 817-496-1424 FAX 817-496-1786 VCIUG ITJ WI Ill 0 r_ Z Tm 0 m 01 RIGHT—OF—WAY BARNETT GATHERING, LP. INST. NO. D209242446 400 200 0 ALEDO ROAD (VARIABLE WIDTH RIGHT—OF—WAY) EXHIBIT ''B'' GO O• N B1319125t 8,427.18' LOPRIR UNION PACIFIC RAILROAD COMPANY (200.0' RIGH T—OF—WAY) VOLUME 13215, PAGE 130 anneastemagur .saw__ _ EASEMENT AND —' RIGHT—OF—WAY AND EASEMENT ENERGY TRANSFER FUEL, LP. INST. NO. D206325896 O.P.R.T.C.T. SCALE IN FEET 400 e. RAIUNI N PA pjC OLUME 13�2I50 O,P,17,7.C.T.ADE 130 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 0 REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590,912 ACRES (GROSS) G&AI JOB No. KFIA_2106.00 DRAWN BY: RK CAD ALE: 03E_WATERUNE_RO1 DWG DATE: FEBRUARY 14, 2022 EXHIBIT B PAGE 6 OF 8 SCALE: 1 • = 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 CORRONDONA & ASSOCIATES, INC, • 2800 N E. LOOP 820, SUITE 860 FORT WORTH, TX. 76137 • 817-496-1424 FAX 617-496-1768 rn9c „ 1J„U EXHIBIT "B" L-14 V DETAIL "A" NOT TO SCALE VOLJf/LRJAO 5O)JPI° .. 0,4 0•R.T.GTPACt 130 X.PASSING AT•,. DETAIL "C" NOT TO SCALE N 8B'19'25"E 1 8,427.181 AYEZYQ:Y: DETAIL "B" NOT TO SCALE REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 oarWoar City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WA ER LINE EASEMENT I CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI JOB No. KHA_2106.00 DRAWN BY: RK CAD F1LE: 03E_WATERUNEJ OI.DWG DATE: FEBRUARY 14, 2022 EXHIBIT B PAGE 7 OF 8 SCALE: 1" = 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA 34 ASSOCIATES, INC. • 2800 N.E LOOP 820, SUITE 680 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 rayc Ia V, Ia EXHIBIT "B " LEGEND PROPERTY LINE PROPOSED EASEMENT LINE SURVEY LINE ® SET 5/81R W/CAP STAMPED "GORRONDONA & ASSOCIATES, INC." • FOUND CORNER (SIZE AND TYPE NOTED) O CALCULATED POINT CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 1,187.76' 37135'49" N 03'311441W 765.49' 779.39' C-2 4,936.46' 46'42'05' N 80'46153"E 3,913.21' 4,023.67' C-3 1,436.50' 39'16106' N 3748148"E 966.16' 985.36' C-4 1716.18' 1'40114" S 76'53102"E 50.04' 50.04' 0-5 1 486.50' 39'18'06' S 37461481Y 999.78' 019.86' C-6 4,986.46' 46'42105" S 80'46'53-W 3,95265' 4,064.43' C-7 1,137.76' 3734117" S 03'31'44"E 732.78' 746.013' 7fi0.0' PERMANENT WATER AND RECLAIMED WATER UNE EASEMENT WHOLE PROPERTY MAP AND LOCATION OF EASEMENT NOTES: 1. 2. A LEGAL DESCRIPTION OF SAME SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT, BEARINGS ARE Ruu ENCEO TO THE TFYAS STATE PLANE COORDINATE STSIEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ARE SURFACE. LINE TABLE LINE BEARING DISTANCE L-1 S 23'0533"E 14.08' L-2 N 23'0533W 50.00' L-3 N 23'05 33'W 145.91' L-4 N 8705'02"E 56.12' L-5 N 22'54'58"W 201.28' L-6 N 15'51130"E 1,670.29' L-7 5 74'37'26"E 99.84' L-8 N 5725'51'E 587.60' L-9 N 18'07145"E 1,528.57' L-11 N 29'22145"E 667.95' L-12 N 18'07145"E 437.14' L-13 N 2751'25"W 8.57' L-14 N 6543'49'W 36.01' L-15 N 61'49'5614 133.28' L-16 N 58'02105'W 13E1.14' L-17 N 54'48112"W 141.73' L-18 N 53'321031Y 172.138' L-19 N 53'52'241Y 168.12' L-20 N 5732143'W 126.09' L-21 N 61'54142'W 114.80' L-22 N 66'33115'W 119.71' L-23 N 70'31'581Y 142.39' L-24 N 74'48'54'W 113.60' L-25 N 10'53113"E 111.67' L-28 S 10'53'13'W 63.35' L-29 S 74'48'54"E 69.09' L-30 S 71731158"E 146.00 L-31 S 66'33'15"E 123.47' L-32 S 61'54'42"E 118.73' L-33 S 57-32'43"E 129.60' L-34 S 53'52'24"E 169.87' L-35 S 53'32'03'E 172.47' L-36 S 54'48112"E 139.77' L-37 S 58'02105"E 135.07' L-38 S 61649156"E 129.92' L-39 S 6543149"E 51.46' L-40 S 2751'25"E 46.94' 1-41 5 18'07'45'W 463.28' 1-42 S 29'22'45"W 667.95' 1-43 5 18'07'45 V 1,523.64' L-45 S 5T25'S1"W 587,60' L-46 N 75'06'17V 51.35' L-47 S 15'51430111 1,620.04' L-48 S 2754'58"E 278.02' L-49 S 6705'0214 50.00' L-50 N 22'54'5BYl 27.00' L-51 S 67051021Y 55.96' REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 City of Fort Worth 200 TEJVS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT (CITY PRO . NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&N JOB No. KHA 210600 DRAWN BY: RK CAD FILE: 03E_WATERUNE_ROI.DWG DATE: FEBRUARY 14, 2022 EXHIBIT B PAGE 8 OF 8 SCALE: 1' = 400' RICHARD KENNEDY V REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDDNA & ASSOCIATES, INC. • 2800 N E. LOOP B20, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-498-1788 202307265 EASEMENT Total Pages: 19 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 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 10 PWFE ALEDO RD HENRY LANE SURVEY, Abstract 928; S A & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991(BALANCE IN PARKER CTY) STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH WATER FACILITY EASEMENT DATE O`,- 3 GRANTOR: TRT LAND INVESTORS, LLC a Delaware limited liability company GRANTORS MAILING ADDRESS (Including County): 4001 MAPLE AVENUE SUITE 270 DALLAS, DALLAS COUNTY, TX. 75219 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 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, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Water Main Facility, hereafter referred to as 'Facility." The Facility includes all incidental underground and WATER FACILITY EASEMENT Rev. 20220109 FORT WORTH. 202307265 03/27/2023 01:26:15 PM Page 2 of 19 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 any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor (I) 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 permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement 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 irrigation systems or other improvements installed in violation of the provisions and intended use of this Water Facility Easement. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent Water Facility 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 this warranty and representation in accepting this permanent Water Facility Easement. TO HAVE AND TO HOLD the above -described permanent Water Facility Easement, subject to the Conditions, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, Its heirs, successors and assigns, to warrant and forever defend, all and singular, the said Water Facility Easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): If Grantee fails to cause completion of the Facility so that the Facility can be operational on or before the 10th anniversary of the date of this Water Facility Easement or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Easement Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest Is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right by delivering written notice (an Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written WATER FACILITY EASEMENT Rev. 20220109 TWO T 202307265 03/27/2023 01:26:15 PM Page 3 of 19 GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limitedility company By: .._. ; I (Print Name) it Poi I J o rg-e (Title) V t cwe Pre s V o1-t STATE OF TEXAS COUNTY OF DALLAS ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared PAIA1 R. JOrolf, , y10C PYC Si hisofTRT Land Investors, LLC, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TRT Land Investors, LLC and that they executed the same as the act of said Delaware limited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Jm1 NLiWti 1112013 [SUM,' ��wrngo, JOSELYNE LAflA '$ : Notary Public, State of Texas "-�5 , Comm. Expires 03-17-2026 ' ,,,„ Notary ID 133852910 WATER FACILITY EASEMENT Rev, 20220109 Not y Public/State of T3kas Nam (printed): J OCt n-C Lang Notary's commission expires: 0l' ti r 2,014, 202307265 03/27/2023 01:26:15 PM Page 4 of 19 ACCEPTED BY: GRANTEE: City of Fort Worth Dana Burghdo1 By (Signature): Dana Burghdoff ebl, 2023 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY 1 By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff Assistant City Manager 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 Feb 2, 2023 [SEAL) SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm, Exp, Mar, 31, 2024 WATER FACILITY EASEMENT Rev. 20220109 Selena Ala (Feb 2, 202313:28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 202307265 03/27/2023 01:26:15 PM Page 5 of 19 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT CITY OF FORT WORTH TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 14.472 acre (630,401 square feet)tract of land situated in the Henry Lane Survey, Abstract No. 928 and the SA & MG RR Co Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas, and the I & G N RR Co Survey, Abstract No. 1991, City of Fort Worth, Parker and Tarrant County, Texas, and also being a portion of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 14.472 acre (630,401 square feet)tract of land being more particularly described by metes and bounds as follows: BEGINNING at a calculated point in the east line of a proposed 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Storage Tank Site and in the west line of a proposed 24.0' Permanent Access Easement, from which a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES° set for the southeast corner of said proposed Elevated Storage Tank Site and the southwest corner of said proposed 24.0' Permanent Access Easement bears South 23 degrees 05 minutes 33 seconds East, a distance of 14.08 feet, and from which a 1/2 inch iron rod found for the east comer of Tract 40 of the Creeks of Aledo, an addition to the City of Fort Worth, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records of Parker County, Texas bears South 77 degrees 28 minutes 59 seconds West, a distance of 1,952.17 feet; THENCE North 23 degrees 05 minutes 33 seconds West, with the east line of said proposed Elevated Storage Tank Site and with the west line of said proposed 24.0' Permanent Access Easement, a distance of 50.00 feet to a calculated point for corner, from which a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northeast corner of said proposed Elevated Storage Tank Site bears North 23 degrees 05 minutes 33 seconds West, a distance of 145.91 feet; THENCE North 67 degrees 05 minutes 02 seconds East, a distance of 56.12 feet to a calculated point for corner; THENCE North 22 degrees 54 minutes 58 seconds West a distance of 201.28 feet to a calculated point for the beginning of a curve to the right having a radius of 1,187.76 feet, a delta angle of 37 degrees 35 minutes 49 seconds, and whose chord bears North 03 degrees 31 minutes 44 seconds West, a chord distance of 765.49 feet; Exhibit A Page 1 of 6 202307265 03/27/2023 01:26:15 PM Page 6 of 19 THENCE Northerly, with said curve to the right, an arc distance of 779.39 feet to a calculated point for corner; THENCE North 15 degrees 51 minutes 30 seconds East, a distance of 1,670.29 feet to a calculated point for corner; THENCE South 74 degrees 37 minutes 26 seconds East, a distance of 99.84 feet to a calculated point for the beginning of a curve to the left having a radius of 4,936.46 feet, a delta angle of 46 degrees 42 minutes 05 seconds, and whose chord bears North 80 degrees 46 minutes 53 seconds East, a chord distance of 3,913.21 feet; THENCE THENCE Easterly, with said curve to the left, an arc distance of 4,023.67 feet to a calculated point for corner; North 57 degrees 25 minutes 51 seconds East, a distance of 587.60 feet to a calculated point for the beginning of a curve to the left having a radius of 1,436.50 feet, a delta angle of 39 degrees 18 minutes 06 seconds, and whose chord bears North 37 degrees 46 minutes 48 seconds East, a chord distance of 966.16 feet; THENCE Northeasterly, with said curve to the left, an arc distance of 985.36 feet to a calculated point for corner; THENCE North 18 degrees 07 minutes 45 seconds East, a distance of 1,528 57 feet to a calculated point for corner; THENCE North 29 degrees 22 minutes 45 seconds East, a distance of 667.95 feet to a calculated point for corner; THENCE North 18 degrees 07 minutes 45 seconds East, a distance of 437.14 feet to a calculated point for corner; THENCE North 27 degrees 51 minutes 25 seconds West, a distance of 8.57 feet to a calculated point for corner; THENCE North 65 degrees 43 minutes 49 seconds West, a distance of 36.01 feet to a calculated point for corner; THENCE North 61 degrees 49 minutes 56 seconds West, a distance of 133.28 feet to a calculated point for corner; THENCE North 58 degrees 02 minutes 05 seconds West, a distance of 138.14 feet to a calculated point for corner; Exhibit A Page 2 of 6 202307265 03/27/2023 01:26:15 PM Page 7 of 19 THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE North 54 degrees 48 minutes 12 seconds West, a distance of 141.73 feet to a calculated point for corner; North 53 degrees 32 minutes 03 seconds West, a distance of 172.88 feet to a calculated point for corner; North 53 degrees 52 minutes 24 seconds West, a distance of 168.12 feet to a calculated point for corner; North 57 degrees 32 minutes 43 seconds West, a distance of 126.09 feet to a calculated point for corner; North 61 degrees 54 minutes 42 seconds West, a distance of 114.80 feet to a calculated point for corner; North 66 degrees 33 minutes 15 seconds West, a distance of 119.71 feet to a calculated point for corner; North 70 degrees 31 minutes 58 seconds West, a distance of 142.39 feet to a calculated point for corner; North 74 degrees 48 minutes 54 seconds West, a distance of 113.60 feet to a calculated point for corner; THENCE North 10 degrees 53 minutes 13 seconds East, a distance of 111.67 feet to a calculated point for corner in the northerly line of said called 3,590.912 acre tract of land and in the southerly line of the Union Pacific Railroad (200.0' right- of-way) as recorded in Volume 13215, Page 130 of said Official Public Records of Tarrant County, Texas said calculated point being the beginning of a curve to the right having a radius of 1,716.18 feet, a delta of 01 degrees 40 minutes 14 seconds, and whose chord bears South 76 degrees 53 minutes 02 seconds East, a chord distance of 50.04 feet; THENCE Easterly, with said curve to the right, with the northerly line of said called 3,590.912 acre tract of land and with the southerly line of said Union Pacific Railroad, an arc distance of 50.04 feet to a calculated point for corner; THENCE South 10 degrees 53 minutes 13 seconds West, a distance of 63.35 feet to a calculated point for corner; THENCE South 74 degrees 48 minutes 54 seconds East, passing at a distance of 44.38 feet, a calculated point for a southwest corner of an Easement and Right -of - Way conveyed to Barnett Gathering, L.P. as recorded in Instrument No. D209242446 of said Official Public Records of Tarrant County, Texas, in all a distance of 69.09 feet to a calculated point for corner; Exhibit A Page 3 of 6 202307265 03/27/2023 01:26:15 PM Page 8 of 19 THENCE South 70 degrees 31 minutes 58 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 146.00 feet to a calculated point for corner; THENCE South 66 degrees 33 minutes 15 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 123.47 feet to a calculated point for corner; THENCE South 61 degrees 54 minutes 42 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 118.73 feet to a calculated point for corner; THENCE South 57 degrees 32 minutes 43 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 129.60 feet to a calculated point for corner; THENCE South 53 degrees 52 minutes 24 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 169.87 feet to a calculated point for corner; THENCE South 53 degrees 32 minutes 03 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 172.47 feet to a calculated point for corner; THENCE South 54 degrees 48 minutes 12 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 139.77 feet to a calculated point for corner; THENCE South 58 degrees 02 minutes 05 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 135.07 feet to a calculated point for corner; THENCE South 61 degrees 49 minutes 56 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 129.92 feet to a calculated paint for corner; THENCE South 65 degrees 43 minutes 49 seconds East, with the southwest line of said Easement and Right -of -Way, a distance of 51.46 feet to a calculated point for corner; Exhibit A Page 4 of 6 202307265 03/27/2023 01:26:15 PM Page 9 of 19 THENCE South 27 degrees 51 minutes 25 seconds East, a distance of 46.94 feet to a calculated point for corner from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears South 88 degrees 19 minutes 25 seconds East, a distance of 8,427.18 feet, said 1/2 inch iron rod with cap stamped 'YP ASSOCIATES.COM" being the intersection of the westerly line of FM 2871 (a variable width right-of-way) with the southerly line of said Union Pacific Railroad; THENCE South 18 degrees 07 minutes 45 seconds West, a distance of 463.28 feet to a calculated point for corner; THENCE South 29 degrees 22 minutes 45 seconds West, a distance of 667.95 feet to a calculated point for corner; THENCE South 18 degrees 07 minutes 45 seconds West, a distance of 1,523.64 feet to a calculated point for the beginning of a curve to the right having a radius of 1,486.50 feet, a delta angle of 39 degrees 18 minutes 06 seconds, and whose chord bears South 37 degrees 46 minutes 48 seconds West, a chord distance of 999,78 feet; THENCE Southwesterly, with said curve to the right, an arc distance of 1,019.66 feet to a calculated point for corner; THENCE South 57 degrees 25 minutes 51 seconds West, a distance of 587.60 feet to a calculated point for the beginning of a curve to the right having a radius of 4,986.46 feet, a delta angle of 46 degrees 42 minutes 05 seconds, and whose chord bears South 80 degrees 46 minutes 53 seconds West, a chord distance of 3,952.85 feet; THENCE Westerly, with said non -tangent curve to the right, an arc distance of 4,064.43 feet to a calculated point for corner; THENCE North 75 degrees 06 minutes 17 seconds West, a distance of 51.35 feet to a calculated point for corner; THENCE South 15 degrees 51 minutes 30 seconds West, a distance of 1,620.04 feet to a calculated point for the beginning of a curve to the left having a radius of 1,137.76 feet, a delta angle of 37 degrees 34 minutes 17 seconds, and whose chord bears South 03 degrees 31 minutes 44 seconds East, a chord distance of 732 78 feet; THENCE Southerly, with said curve to the left, an arc distance of 746.08 feet to a calculated point for corner; Exhibit A Page 5 of 6 202307265 03/27/2023 01:26:15 PM Page 10 of 19 THENCE South 22 degrees 54 minutes 58 seconds East, a distance of 278.02 feet to a calculated point for corner; THENCE South 67 degrees 05 minutes 02 seconds West, a distance of 50.00 feet to a calculated point for corner; THENCE North 22 degrees 54 minutes 58 seconds West, a distance of 27.00 feet to a calculated point for corner; THENCE South 67 degrees 05 minutes 02 seconds West, a distance of 55.96 feet to the POINT OF BEGINNING, and containing 630,401 square feet or 14.472 acres of land, more or less. Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Beanngs are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: February 14, 2022 Revised January 18, 2023 Revised February 9, 2023 o OF PF P �. o6sreR.;..ham 11/ RICHARD KENNED_Y \ 5527 SUR`) Richard Kennedy Registered Professional Land No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Surveyor Exhibit A Page 6 of 6 202307265 03/27/2023 01:26:15 PM Page 11 of 19 EXHIBIT "B " MATCHtiNG' P AOF 2 PROPOSED PE MANDIf Elf.CWIC 400 200 0 400 SCALE IN FEET PROPOSED ELEVATED STORAGE TAW Silt 44,100 SOFT, 1.012 ACRES TRACT 40 CREEKS OF ALEDO VOLUME 2002, PAGE 194E O.P.R.P.C.T. FUD 1/27R S TRACT 39 CREEKS OF ALEDO VOLUME 2012, PAGE 926 PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 630,401 SO. FT. 14.472 ACRES CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO 0221245221 SEE •• e-"— DETAIL "A" REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 Rrwo City of Fort Worth 200 TE78S STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT !CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE Itti OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) O&AJ JOB No. KRA.2106.00 DATE FEBRUARY 14, 2022 DRAWN BY RK EXHIBIT 8 PAGE 1 OF 8 CAD FIE: 03E_WATERONF_RO¶,DWG a•JI Ki 1 - 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO, 5827 TEXAS F1RM No. 10106900 GORRoNDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820 SURE 860 FORT WORTH, TX. 78137 • 8 7-496-1424 FAX 817-498-1788 202307265 03/27/2023 01:26:15 PM Page 12 of 19 uuu l' liz EXHIBIT ".8" o�\P42. 3kJ sec tizo PERMANENT WATER AND RECLAIMED WATER UNE EASEMENT 830,401 SO. FT. 14.472 ACRES C FL-7 T••.j :. PAGer Q S. 400 200 0 400 SCALE IN FEET C-2 0 cArip V0 sec,: LPG" v\\O, E aDvd 9NflHOIVW REVISED FEBRUARY 9, 2023 REVISED JANUARY 16, 2023 Lu on City of Fort Worth 200 TFYSS STREET • FORT WORTH, TEXAS 78102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER UNE EASEMENT 10111 PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CRY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) O&M J DATE oe No. RN4 21o6.oD RICHARD KENNEDY I/ REGISTERED PROFESSIONAL LAND SURVEYOREXA FEBRUARY 14, 2022 HP. 5527 TEXAS FIRM No. 10108900 GORRONDONA & ASSOCUTES, INC. • 2800 N.E. Loop 820 SURE 880 FORT WORTH, TX. 78137 8 7-496-1424 FAX 817-498-1788: DRAWN BY: RK EXHIBIT B PAGE 2 OF 8 CAD FlIE 03E-WATETiUNE...ROLDWG SCALE 1. - 400' 202307265 03/27/2023 01:26:15 PM Page 13 of 19 3 SJVd 8NllHaLVIN EXHIBIT "B" 400 200 0 400 SCALE IN FEET PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 630,401 S0, FT. 14.472 ACRES 12,5 1780Vd 2N11HOEVW REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 (Er City of Fort Worth 200 TEXAS STREET • FORT WORTH, 1E4AS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER ONE EASEMENT I CITY PROJ, NO, 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3 590.912 ACRES (GROSS) O&AJ JOB No. 104L2106.00 DRAWN BY: RK CAD RE: 03E_WATERUNF_R01.010 DATE: FEBRUARY 14, 2022 EXHIBIT B PACE 3 OF 8 SCALE. 1• so 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817--498-1424 FAX 817-498-1788 202307265 03/27/2023 01:26:15 PM Page 14 of 19 E 9DVd 2NIIHOELW' 0 EXHIBIT "B" MATCHLINE PAGE 5 �� pt 441 Cif" 400 200 P is • PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 830,401 SO, FR. 14.472 ACRES SCALE IN FEET 400 IV) REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 ORT WORT City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT !CITY PROJ. NO, 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CRY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISFIION AREA: 830,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE 3,590,912 ACRES (GROSS) CAM JOB No. KHA_2108.00 J DRAWN BY: RR I CAD ALEN Q3LWAIERUNEJt01 DlWG DATE: FEBRUARY 14 2022 JEXHIBIT B PAGE 4 OF 8 VAIF 1' 400' "% 5527 per/ _t 4fSS41 •J RICHARD KENNEDY REOISIEREO PROFESSIONAL LAND SURVEYOR NO. 5527 TEAS FIRM No. 121106900 GORRONDONA B ASSOCRTES, INC. • 2000 NE LOOP 8201 SUITE BOO FORT WORTH, TX. 78137 • 8 7-498-1424 FAX 817-400-1788 202307265 03/27/2023 01:26:15 PM Page 15 of 19 4.6""mr."'ftyy ft 4444444444 ......... L-23 L-22 L-21 L-20 DENTANEASEETL-19 ENERGY TRANSFER FUEL, LP. INST. NO. 0206328696 O.P.R.T.C.T. EXHIBIT SEE -.� DETAIL "C" L-30L--31 ...N.,.‘on L-32 1% 9 O ate.-L-33 �`. A'�•9a -34 L-35 `\ -35 L-18L-37 L--38 3,B„ • CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T, 400 200 0 400 SCALE IN FEET L-17 L-16 L-15� SEE f''• 1-0' DETAIL "B" ,� J /'!: I4.4 :v // ]�> '' 1 14? //.::-4 t• UNION PACIFIC RNLROAD COMPANY VOLUME 13216, PAGE 130 O,P.R,T.C.T. 30' WATERUNE EASEMENT CITY OF WEATHERFORD 4...."*••••' INST. N0. D192033594. O.P.R.T.C.T. N 88'1912CE B6427.18 EASEMENT AND RIGHT-OF-WAY BARNETT GATHERING, LP. INST. N0. D209242448 O.P.R.T,C.T. PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 630,401 SO FT. 14.472 ACRES MATCHLINE PAGE 4 0 r_ rn -^o L J m rn REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 Wa City of Fort Worth 200 TEWS STREET • FORT WORTH, TEXAS 78102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT [CITY PROJ. N0. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CRY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE rtti OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&bJ JOB No. KHA-2106.00 DRAWN BY: RK DATE FEBRUARY 1.14 2022 I EXHIBIT B PAGE 5 OF 8 CAD FILE 03E_WATERUNE_ROLDWO SCALE: 1• - 400' OF T o jr�1*eRFlyN; RICHARD KENNEDY 907i Ffss����v Rv RICHARD KENNEDY REGNO. 552755R� P TEXAS FlRLAND SURVEYOR M No. 101900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 020, SUITE 880 FORT WORTH, TX. 78137 8 7-496-1424 FAX 817-490-1768 202307265 03/27/2023 01:26:15 PM Page 16 of 19 0 2 r Z m 113 0 m 01 ALEDO ROAD (VAR:AKE WIDTH RIGHT-OF-WAY) EXHIBIT "B " N 86'19'25'E 8,427.18' UPRH UNION PACIFIC (200.0wOHF-OF- RAILROAD COMPANY ' _w�..,,•,,,,,,.� WAY) VOLUME 13215, PACE 130 wease."11411•111M11111101114111etnelue-�,0.P.R.T C.T. -- - EASEMENT AND RIGHT-OF-WAY BARNETT GATHERING, LP. MST. NO. 0209242446 RIGHT-OF-WAY AND EASEMENT ENERGY TRANSFER FUEL, LP. INST. N0, 0206325896 O.P,R.T,C,T. 400 200 0 400 SCALE IN FEET UN/ON PACIFICHARR VOLUME iOAD OMPANY PAD O•PRT.C,7' 130 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. N0, 0221245221 O.P,R.T.C.T. REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 wpm City of Fort Worth 200 TEXAS STREE7 • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT ICITY PROJ. N0, 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISRION AREA. 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GEM JOB No. K1N_2106.00 DRAWN BY: RK CAD FlIE 03E-WATERONE_ROI.OWG DAZE: EEBRUARY 14, 2022 EXHIBRB PAGE 60F8 SCALE 1' •• 400' RICHARD KENNEDY REGISTERED PROFESS ORAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC, • 2800 NE. LOOP 020, SURE 660 FORT WORTH, TX. 76137 • 6 7-496-1424 FAX 817-496-1768 202307265 03/27/2023 01:26:15 PM Page 17 of 19 • EXHIBIT ".B " \ .................. DETAIL "A" NOT TO SCALE ...........UNlgy p.... Yowl AO PA. C�4 O.N.T•C.7.P Lb•• • • I. ;7 PASSING AT..:::::ii3. • I "-Zit ;::txi;:•::;;i:?s;;: ▪ 23'/ .................... DETAIL "C" NOT TO SCALE \. t............... L-14- N 86'19'2 • ii:!(ii. ..•} BA-27.1W .•;:i .. i I DETAIL "B„ NOT TO SCALE REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 o ART City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT ICRY PRO . N0. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA; 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) OMM JOB No. M14_2100.OD DATE: FEBRUARY 14, 2022 DRAWN BY: RK I CAD FILE 03E-WATERLINEJt01.DW0 EXHIBIT B PAGE 7 OF B SCALE 1' ma 400' 5527 Q; f f gQ. ESS‘ RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10108900 GORRONDONA h ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 860 FORT WORTH, TX. 76137 B17-406-1424 FAX B17-498-1788 202307265 03/27/2023 01:26:15 PM Page 18 of 19 • 0 EXHIBIT "B " LEGEND PROPERTY LINE PROPOSED EASEMENT LINE SURVEY LINE SET 5/8"IR W/CAP STAMPED "GORRONDONA do ASSOCIATES, INC." FOUND CORNER (SIZE AND TYPE NOTED) CALCULATED POINT CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD MC C-1 1,167.76' 37135'49" N 03'31144'W 785.40' 779.39' 0-2 4,938.46' 443'42'05" N 80'46153"E 3913,21' 4023.137' C-3 1 436.50 N 3746148"E 986.16' 085.30' 3918106" C 4 1718.18' 1'40' 4` S 7653.02.E 50.04' 5004' 0-5 1486.50' 39'18106" S 3714648"W 999.781 1019.86' C-8 4,986.48' 48-42 05" S 80.46153"W 3,952.85' 4.084.43' C-7 .137.76' 373417" S 0Y31'44"E 732.78' 746.08' WHOLE PROPERTY MAP AND LOCATION OF EASEMENT ROTES: 1. 2. DESCRIPTION ARE (2011), SURFACE A LEGAL BEARINGS NAO-83 SHOWN ARE OF SAME SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. REFERENCED TO THE TEYA9 STATE PLANE COORDINATE srs]WA. NORM CENTRAL ZONE (4202), ALL DISTANCES AND AREAS UNE TABLE LINE REARING DISTANCE L-1 S 23.05133E 14.08` L-2 N 2S05'33'W 50.001 L-3 N 23'05'33'W 145.91' L-4 N 6705.02.E 56.12' L-5 N 2754'58'W 201.28' L-8 N 15'51'301 1670.29' 99.84' L-7 5 74.3726`E L-8 N 5725'51"E 587.80' L-9 N lW07145"E 1,528.67' 1-11 N 29'22145"E 667.95' 1-12 N 16'07'45'E 437.14' L-13 N 2751125'W 8.57' 1-14 N 85431491Y 38.01' 1-16 N 61'49'S6'W 133.261 1-16 N 5802'05'W 138,14' 1-17 N 54'48'126W 141.73' 1-18 N 5532103'W 172.88' 1-19 N 65521241Y 165.121 L-20 N 5732`43'W 1213.09' 1-21 N 61'54'47W 114.80' 1-22 N 66.33'1514 119.71' 1-23 N 70'31'56'W t42.39' 1-24 N 7448'541Y 113.60' L-25 N t0'53'13'E 111.67' L-28 S 10453'13'W 83.35' L-29 S 74'48'54'E 69.09' L-30 S 70'31'58"E 146.00' 1-31 S 8533'15'E 123.47' L-32 5 61'5.442`E 118.73' L-33 S 57/32'43"E 129.60' L-34 S 5552.24.E 159.87' 1-35 5 53'32103"E 172.47' 1-38 S 54'48'12'E 139.77 L-37 S 58.02.05.E 135.07' L-38 S 61'49'56"E 129.92' L-39 S 6543'49°E 51.46' L-40 S 2751'28`E 48.94' L-41 S I8'07'45V! 463.28' 1-42 S 2722145'W 867.95' L-43 S I8'07'45'W 1,523,64' 1-45 S 5725161'W 557.50' L-48 N 7506'17'W 51 35' L-47 S 16'51130Y1 1,820.04' L-48 S 2754'58'E 278.02' L-49 S 6705'02"W 50.001 L-50 N 27541581Y 27.001 L-51 S 6705'02'W 55.96' REVISED FEBRUARY 9, 2023 REVISED JANUARY 18, 2023 or City of Fort Worth 200 -RIM STREET • FORT WORTH, TEXAS 70102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT !CRY PROD. N0. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 630,401 SQUARE FEET OR 14.472 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GB&A JOB No. KHA,..2106.0D DATE FEBRUARY 14 2022 DRAWN BY: RK EXHIBIT B PAGE 8 OF 8 CAD FIE: 03E_WATERUNE.ROI.DWG SCALE; 1" - 400' RICHARD KENNEDY L/ REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS ARM No. 10106900 CORRONDONA 6: ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 580 FORT WORTH, TX. 76137 • 617-490-1424 FM 817-498-1788 202307265 03/27/2023 01:26:15 PM Page 19 of 19 FILED AND RECORDED OFFICIAL PUBLIC RECORDS X& a 202307265 03/27/2023 01:26:15 PM Fee: $99.00 Lila Deakle, County Clerk Parker County, Texas EASEMENT D222190517 07/29/2022 02:13 PM Page: 1 of 13 Fee: $67.00 Submitter: Niels Brown Electronically Recorded by Tarrant County Clerk in Official Public Records l.;w iJ;,,Ao-Q a S MARY LOUISE NICHOLSON COUNTY CLERK CPN 103292 Westside III, IV, V Water Transmission Parcel # 9WE W ROBINSON SURVEY, Abstract No, 1274; H LANE S A & M G RR SURVEY, Abstract 1479 STATE OF TEXAS § COUNTY OF TARRANT Main & EST SURVEY, Abstract 928 and KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: D7(21 N AV — GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST, FORT WORTH, TARRANT COUNTY, TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of a 2 -page metes and bounds description, and Exhibit "B", consisting of a 5 -page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE'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 ruya L an the GRANTOR'S property as more fully described in Exhibit "A" and Exhibit "B" (the "Easement Property") attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Facility, but only through the Easement Property or on other routes across the GRANTOR'S property approved in writing by GRANTOR prior to commencement of construction of the Facility by GRANTEE. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of GRANTOR'S roads. Within 60 days after completion of construction of the Facility, GRANTEE shall cause its contractors to restore such roads to substantially the same condition in which they existed prior to construction of the Facility, at no cost to GRANTOR. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property and approved roads. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted, provided, however, that GRANTOR covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractors 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 Qy� % l r., 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 raiiway(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 �oyw •t t.r r., been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. GRANTOR shall also have the right to modify grades over the Facility by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that GRANTOR provides GRANTEE with prior notice of such grade modification, and in those cases where GRANTOR has submitted plans to modify grades over the Facility by more than the amounts stated above, provide additional protection of the Facility on a case -by -case basis as determined by GRANTEE. vii) Relocation of Facility. GRANTOR, at its expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that the level of service provided by such Facility at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof, and subject to GRANTEE'S approval of plans for the relocated Facility (including plans for mitigation of risk during such relocation), not to be unreasonably delayed, conditioned or withheld. viii)Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns forever. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] Permanent Water Facility Easement -Walsh Rev 20220203 r-ayc 'Jr I GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: STATE OF TEXAS COUNTY OF PARKER Ryanickerson, Vice President ( ACKNOWLEDGEMENT 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 o NANCY DOSS Notary Public, State of Texas Comm. Expires 04-02-202S NotaryID678065-5 v/ Notary Public in '. or the State of Texas Permanent Water Facility Easement -Walsh Rev. 20220203 L,«<r CrLW , rayC., VI I al ACCEPTED BY: GRANTEE: City of Fort Worth y� pp J o By (Signature): Steve o ke (Jul 29, 20221117 CDT) (Print Name) Steve Cooke (Title) Property Management Director APPROVED AS TO FORM AND LEGALITY /(C1�`�icw /(/Gwtucu By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of July 29, 2022 NIELyy S BROWN Public illy STATE TEXAS ` Notary ID. 131805124 C My Comm. E,y. tin,. 26, 2022 Digitally signed by Niels Brown Date: 2022.07.29 12:31:43 -05'00' Notary Public in and for the State of Texas Permanent Water Facility Easement -Walsh Rev 20220203 raga 1 .,19.1 LEGAL DESCRIPTION 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT BEING a 8.8421 acre (385,164 square foot) tract of land situated in the William Robinson Survey, Abstract No, 1274, Henry Lane Survey, Abstract No. 928 & the S A & M G RR Co Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas; said tract being part of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 3/4-inch iron rod found in the south right-of-way line of Interstate Highway No. 20; said point being the northwest corner of that tract land described as Tract 2 in Special Warranty Deed to Dry Ranch LLC recorded in Instrument No. D217210159 of the Official Public Records of Tarrant County, Texas; THENCE North 83°29'22" West, along the said south line of Interstate Highway No. 20, a distance of 50.31 feet to the POINT OF BEGINNING; THENCE South 0°00'26" West, departing the said south line of Interstate Highway No. 20, a distance of 399.17 feet to a point for corner; THENCE South 85°46'31" East, a distance of 50.14 feet to a point for corner; said point being the northwest corner of that tract of land described in Special Warranty Deed to the City of Fort Worth recorded in Instrument No. D221015413 of said Official Public Records; THENCE South 0°00'26" West, along the west line of said City of Fort Worth tract, a distance of 273.38 feet to a point for corner; THENCE North 86°09'39" West, departing the said west line of the City of Fort Worth Tract, a distance of 50.11 feet to a point for corner; THENCE South 0°00'26" West, a distance of 4397.05 feet to a point for corner; THENCE South 10°53'13" West, a distance of 203.41 feet to a point for corner in the north right-of-way Tine of County Road No. 1024 (Aledo-Iona Road, an apparent 40-foot wide right-of-way, by use and occupation); said point being at the beginning of a non -tangent curve to the left having a central angle of 2°45'45", a radius of 1452.40 feet, a chord bearing and distance of North 77°48'05" West, 70.02 feet; from said point a 1/2-inch iron rod with "DUNAWAY" cap found in the said north lie of County Road No. 1024 bears easterly along said curve an arc distance of 91.70 feet; EXHIBIT A 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS 691Ki,m,!ey'» Horno3l, Fort Worth, Taxes 76102 FIRM# 10194040 wnwkimley-0om.cam Stela Drawn by Chectied by Dale Rio act 71hooI t19 NIA CRG MCB Jun27,2022 061018300 10F7 RUSSELL, STAN C 6/27E2022 4:18 PM K:IFTW_SURVEY1061018380-WSIi36-INCH WIDWGIEASEMENTS1061018380-WSIII 38-INCH W WATER ESMT WALSH SOF20 DWG r-CI9C V VI IV THENCE in a northwesterly direction, along the said north line of County Road No. 1024 and with said curve to the left, an arc distance of 70.03 feet to a point for corner; THENCE North 10°53'13" East, departing the said north line of County Road No. 1024, a distance of 195.14 feet to a point for corner; THENCE North 0°00'26" East, a distance of 4887.35 feet to a point for corner; THENCE North 11 °14'34" West, a distance of 97.82 feet to a point for corner; THENCE North 0°00'26" East, a distance of 90.14 feet to a point for corner in the said south line of Interstate Highway No. 20; THENCE South 83°29'22" East, along the said south line of Interstate Highway No. 20, a distance of 89.65 feet to the POINT OF BEGINNING and containing 8.8421 acres or 385,164 square feet of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202), A survey plat of even survey date herewith accompanies this metes & bounds description. EXHIBIT A 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. 612 7/22 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 -se.OF r :•" GIST MICHAEL CLEO BILLINGSLEY •••• A 6558 <.:'toF OP:4 4/•.•. ESS\ • C• A SUR`i� Kimle 801 Chary Mosel, Una Ito 1300 Fart WoM, Texas 78102 FIRM # 1019/040 awls Drawn by Chemed ty Dale NIA CRG MCO Jun27.2022 >» Horn al. No. 18171ni°Mi1 vnvv Ylmisy.hom.com Pro!ecl ale 061010300 Sheer No 20F7 RUSSELL, STAN C 6/27/2022 4:19 PM KAFTW_SURVEYlW1018390-WSIII 36-INCH NAJD GIEASEMENTS 061018+P.0`. Sll 26.rNCH WL_WATER ESMT WALSH SOF 20.01NG rays:,.., NORTH 0 100 200 GRAPHIC SCALE IN FEET LEGEND P.O.B. S83°29'22"E 89.66' NO°00'26"E 90.14' N11°14'34"W 97.82' 50' BARNETT GATHERING, LP PIPELINE EASEMENT (INST. NO.0212069611) 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 8.8421 ACRES 385,164 SQ. FT. WALSH RANCHES LIMITED PARTNERSHIP (VOL 12624 PG 92) A = CENTRAL ANGLE P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND NOTES m 1; CO 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 Surveyor, hereby certifies that accurately sets out the metes easement tract. MINIM IMMO Professional Land this plat of survey and bounds of the 0 co MATCH LINE (SEE SHEET4) G/2 y/?•` 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 eceOF , .. G15Teii MICHAEL CLEO BILLINGSLEY 6558 ! oPP . 9 I'•�FESSN�J y° SURNEy INTERSTATE HIGHWAY NO. 20 (A VARIABLE WIDTH RIG iT-0OF-WAY) 374"IRF GEO, P.O.C. TRACT2 DRY RANCH LLC (INST. NO. D217210159) 1/2"IRF BDF I I CITY OF FORT WORTH (INST. NO. D221015413) EXHIBIT A MARKUM LAND PROPERTIES, LLC (INST. NO. 0217100297) 2"'RF EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimle 801 Chem Sires( Dell 11, 4 1300 Fort Wotib, Texas 76102 FIRM ScSe 'Jowl o , CRC,°` >» Horn Tel No. 1817133543911 10194040 vmw.kimley homwm Cheekedhy I ISMCB Jun27.2022 Preto 14a Shoot No 061018390 3OF7 RUSSELL. STAN G @2: /ZD 19 PM K'1FPN .,URVEY1061018300.WSI1136-INCH VA.IDWGIEASEME NTS (161cla.'.20-W SII1 .i5-IN C11 `A'L WATER ESMT 'NA SH SOF 70 DWG r C19c rV VI Id 0 GO 200 GRAPHIC SCALE IN FEET LEGEND MATCH LINE (SEE SHEET 3) 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 8.8421 ACRES 385,164 SQ. FT. 50 BARNETT GATHERING, LP PIPELINE EASEMENT (INST. NO. D212068511) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) A = CENTRAL ANGLE P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND MOM MATCH LINE (SEE SHEET 5) tr bi z o I; z 01 co) yzi 111 '0 h 0 z 0 z4,0 el 0 w N- CO w 0 0 0 z / 0 cf)) V 0 0 N 41® EXHIBIT A MARKUM LAND PROPERTIES, LLC (INST. NO. D217100297) EXHIBIT C TRACT1 MARKUM LAND PROPERTIES, LLC (INST. NO. D217100297) EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST. NO 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev») Horn 001 Cherry slmel. Uml 11.e 1300 I Col Tb IBM 33611511 Fort Werth, Tares 78102 FIRM 410194040 wowNmIey.hom.com Sea(a 1'= 200 Drawnby CRG CI -locked by MC9 Oeie om,oc!no Sheet No Jun 27, 2022 081018360 4 OF 7 RUSSELL. STAN ?I271:022 4:19 PM K 1FT1N SURVEy`I:.51016 80-WS0136-INCH MUD 2GtEASEMENT S\C61016380 S III 6-INCH WL WATER ESMT `NM 11 SOF 7.0 0'AM �Qyc I I .I LEGEND MATCH LINE (SEE SHEET 4) WILLIAM ROBINSON SURVEY-ABST. NO. 1274 HENRY LANE SURVEY- ABST. NO. 928 50' BARNETT GATHERING, LP PIPELINE EASEMENT (INST. NO. D2120686111 WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) A = CENTRAL ANGLE P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF=IRON ROD FOUND 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 8.8421 ACRES 385,164 SQ. FT. MI= MIME 111111111 Una Min MATCH LINE (SEE SHEET 6) EXHIBIT C TRACT 1 MARKUM LAND PROPERTIES, LLC (INST NO. 0217100297) NORTH 0 100 200 GRAPHIC SCALE IN FEET DRY RANCH LLC (INST. NO. D217210159) EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev>>> Horn 601 Chony Slmel, Uml 11, a 1300 / FoM1 Wanh, Texas 78102 MIA p 10184040 Scale Drawn by I C aU by Delo =200' CRG 1 MCB Jun21,2022 Tos No (81713 in511 wiw.kimley.hom corn Ple.ea:O. Seeman 001010380 5 OF 7 RUSSELL. STAN .i2.' 02 PM TW_SURVEYIC610103Bo WSIII S6-INCH':AIDVVG1EASEI.IENTS CG ICI 8380.WSIII 36-INCH WL_WATER ESMTWALSH SOF 200WG rays 1L v, MATCH LINE (SEE SHEET5) PUS 11•11111 50' BARNETT GATHERING. LP PIPELINE EASEMENT (INST. NO, D212068611) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624 PG 92) 1 ,& wN �z 3� ¢ za as x64 N N10°53'13"E 195,14' to 0 UNION p c�7o.o2, A_DN.F o 4=2°4 CIFIC RAIL AD R O °�'� =145 �3 s 4S ' 6 z CC sC 0 0 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT 8.8421 ACRES 385,164 SQ. FT. LEGEND A = CENTRAL ANGLE P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND DRY RANCH ILO (INST. NO. D217210159) t°E RIGHt0E-wAy1 COUNTY ROAD NO. 1024 (ALEDO-IONA ROAD (AN APPARENT 40-FOOT WIDE RIGHT-OF-WAY, BY USE & OCCUPATION) R=1452,40' L=91.70' II2 Inc `DUNAWAY' 0 100 200 GRAPHIC SCALE IN FEET EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO, 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST. NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS 801Kimtl1. ey>>> H0 Tor7n 611 Fort Wonh, Tees 76102 FIRM N10194040 wewkimloy�hom.com Scale Drawn 6Y Chnosad by Dale In Sheet No CRG MC$ Jun212022 001010360 60F7 RUSSELL STANC 01 02 .1'19 PM N 'FflV 'SURVE R.061010]00.WSIII IN H'NL'OWG' SEMENTS Q61019]60 lWSIII 36.INCH'At 'LVATEP EESMT OVAL SH SOF20.UWG LINE TABLE NO. BEARING LENGTH L'Il 1‘183°29'22'W 50.31' 12 885°46'31"E 50.14' L3 N86°09'39'W 50.11' L4 S10°53'13'W 203.41' EXHIBIT B 70' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT W ROBINSON SURVEY, ABST. NO. 1274, H LANE SURVEY, ABST. NO. 928 &SA&MG RR CO SURVEY, ABST, NO. 1479 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev>» Horn 801 Che ry Street. Unit 11,n 1300I id. No 1817) 335-0511 Fort Nollh. Texas 16102 FIRMIt10199040 w.tw.kimley-hom.com Scala Olawnby t:he5letl uy ae Pruold NA ShealNo N/A CRG MC9 A.,n 27, 2022 031016380 / OF / USSELL, STANC6/27/20229:19 PM K:FTW_SURVEY1U61018380-WSIil36-INCHNUDNG'EASEMENTS C6lOth360-WSIII 'M 'NATER ESMT 'WAI.SH SOF 20ONG D222230503 09/20/2022 09:48 AM Page: 1 of 9 Fee: $51.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records _Ky- MARY LOUISE NICHOLSON COUNTY CLERK CPN 103414 Walnut Creek S.S. Interceptor Extension Parcel # 16 TAE HENRY LANE SURVEY, Abstract No. 928; SA & MG RR CO SURVEY, Abstract No. 1479 TARRANT COUNTY, TX STATE OF TEXAS COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY ACCESS EASEMENT DATE: 9-' I " zZ GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of a one - page metes and bounds description, and Exhibit "B", consisting of a two -page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE'S Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit "A" and Exhibit "B" (the Easement Property") attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220810 D222230503 Page 2 of 9 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of accessing the Walnut Creek Sanitary Sewer Interceptor Extension Improvements (the "Facility"), with the usual rights of ingress and egress in the necessary use of such Temporary Access Easement, providing free and uninterrupted pedestrian and vehicular ingress to and egress from GRANTEE'S adjacent properties or easements. GRANTEE'S permitted uses of this Temporary Access Easement shall NOT include material, equipment, and vehicular storage, staging, stockpiling, and layout within the Easement Property and GRANTEE shall not block the Easement Property from passage by others. All rights granted within this Temporary Access Easement shall cease and automatically terminate on the earlier of (i) upon completion of the Facility and its acceptance by GRANTEE, or (ii) the date that is three (3) years after the date of this Easement. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads provided, however, that GRANTOR must notify GRANTEE of any such damage before the cessation of the rights set forth herein and/or termination of this Easement. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and clear of trash litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220810 D222230503 Page 3 of 9 ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against (a) all claims or suits for property loss, property damage, and personal injury, Including death, arising out of, or alleged to arise out of, the work and services to be performed in Installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (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) Relocation of Access Easement GRANTOR, at its expense, shall have the right to relocate the Easement Property provided that such relocated Easement Property provides GRANTEE with access to the Facility. vi) Consistent with the Economic Development Agreement. The rights granted herein are granted 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. vii) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220810 D222230503 Page 4 of 9 TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the rights granted hereunder. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, Implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. This document may be executed In multiple counterparts, each of which will be deemed an original, but which together will constitute one Instrument. When the context requires, singular nouns and pronouns include the plural. • TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220810 [signatures on following page(s)] D222230503 Page 5 of 9 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner Ryan ickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF PARKER BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscnbed 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 ` fr/S- 2t02+% ublib in and for the State of Texas BEXIE NOBLES Notary public, State of Texas Comm. Expires 06-07-2023 Notary 1013204280.4 TEMPORARY ACCESS EASEMENT-WALSH Rey. 20220810 D222230503 Page 6 of 9 ACCEPTED BY: GRANTEE: Ci :,s,ort W.rth By (Signature): (Print Name) Ste (Title) APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Mkt iaursaw (Title) Asssss.vr Clary Arcg,.y ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, oh 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 SQ vibgy (9,)a». JASMINE LOMELI Notary�b�.State of Texas Notary ID 013�34 821.3 Commission Exp. DEC. 20,2025 TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220810 Public in anfor the State of Texas D222230503 Page 7 of 9 PLOTTED BY: Steve Glasup ON: Wednesday. May 18, EXHIBIT "B" TEMPORARY ACCESS EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 AND THE S.A. & M.G. R.R. CO. SURVEY, ABSTRACT NO.1479 WALSH RANCHES LP VOLUME 12624, PAGE 92 D.R.T.C.T. NO0.01'18"E 95.37' N45655'41"E 179.71' N00'00'26"E 46.17' N45.52'35"W APPROXIMATE LOCATION OF SURVEY LINE DATE: MAY 18, 2022 05/18/2022 179.77' oD N10'S3'13"E 197.89' N N. OFAPPRSURVEY LINE CATION 34224'09"E 29.65' S00'01.18"W 88.91' S45.55'41'W 172.74' S00.00'26"W 25.00' 545'52'35"E 172.81' PARCEL 16 0.688 ACRES 29,997 SQUARE FEET 510'53'13"W 200.24' POINT OF BEGINNING POINT OF COMMENCING FOUND 1 2" N7749'14"W . IRON ROO 20.01 SEE _LNSET \ J' "A" \ DRY RANCH LLC TRACT 3 C.C.D. NO. D217210159 D.R.T.C.T. Sint! 14° tt13 G$54Q' 0 Mai SCALE •A' A$s� s 300' inn FEET 300' ALEDO ROAD (VARIABLE WIDTH RIGHT—OF—WAY) UNION PACIFIC RR (150' WIDTH RIGHT—OF—WAY) DUNAWA 550 Raley Avenue • SuNe 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 TEXAS REGISTERED SURVEYING FIRM N0. 10/198100 C.C.O. N0. = COUNTY CLERKS DOCUMENT NUMBER D.R.TCT.= DEED RECORDS, TARRANT COUNTY, TEXAS PAGE IOF3 DUNAWAY JOB NO. B007952.001 D222230503 Page 8 of 9 EXHIBIT "B" TEMPORARY ACCESS EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 AND THE S.A. & M.G. R.R. CO. SURVEY, ABSTRACT NO. 1479 Fo N77'49'14"W 20.01' • 0 0 PARCEL 16 0.688 ACRES 29,997 SQUARE FEET POINT OF BEGINNING 44‘.%-- 9 -)jkitila 05/18/2022 DATE: MAY 18, 2022 A WALSH RANCHES LP VOLUME 12624, PAGE 92 D.R.T.C.T. 77 74"w 1 47' ALEDO ROAD (VARIABLE WIDTH RIGHT-OF-WAY) UNION PACIFIC RR (150 MOTH RIGHT-OF-WAY) INSET "A" SCALE 1" = 40' DUNAWAy 550 Bogey Avenue • Suite 403 • Fart Worth, Texas 76107 Tali 817 335.1121 TEXAS REGISTERED SURVEYING FIRM NO. 10398100 DRY RANCH LLC TRACT 3 C.C.D. NO, 0217210159 D.R.T.C.T. POINT OF COMMENCING FOUND 1/2" IRON ROD 0 40' s1F4 "ie 09 CCD. NO. = COUNTY CLERICS DOCUMENT NUMBER D.R.T.C.T. =DEED RECORDS, TARRANT COUNTY, TEXAS PAGE2OF3 DUNAWAY JOB NO. B007952.001 D222230503 Page 9 of 9 Walnut Creek Walsh Ranch TAE Esml.dwg ay 31, 2022 AT: 10:21 AM FREPATH: G:\ProductIon4000\007200\7295\OO1\Survey\DrawIngs\Easements\E00729 PLOT1ED EY: Steve Glosup EXHIBIT 'A" TEMPORARY ACCESS EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO, 928 AND THE S.A. & M,G. R.R. CO. SURVEY, ABSTRACT NO. 1479 PROPERTY DESCRIPTION TEMPORARY ACCESS EASEMENT Parcel 16 BEING a tract of land situated in the H. Lane Survey, Abstract No. 928, the S.A. & M.G. R.R. Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land as described by deed to Walsh Ranches, LP, recorded in Volume 12624, Page 92, Deed Records. Tarrant County, Texas (D.R.T.C.T.), said tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 1/2" Iron rod found in the north right—of—way line of Aledo Road (a variable width public right—of—way), the southeast comer of said Walsh Ranches tract and the southwest corner of a certain tract of land described as Tract 3 by deed to Dry Ranch LLC, recorded in County Clerk's Document No. D217210159, D.R.T.C.T.; North 77449'14" West, with the north right—of—way line of said Aledo Road, a distance of 161.47 feet to a point for the POINT OF BEGINNING of herein described tract of land; THENCE North 77'49'14" West, continuing with the north right—of—way line of said Aledo Road, a distance of 20.01 feet to a point; THENCE North 10'53'13" East, departing the north right—of—way line of said Aledo Road, crossing into said Walsh Ranches tract, a distance of 197.89 feet to a point; THENCE continuing across said Walsh Ranches tract, the following courses and distances: North 00'00'47" East, a distance of 714.89 to a point; North 45°52'35" West, a distance 179.77 feet to a point; North 00'00'26" East, a distance of 46.17 feet to a point; North 45'55'41" East, a distance of 179.71 feet to a point; North 00'01'18" East, a distance 95.37' feet to a point; South 42'24'09" East, a distance of 29.65 feet to a point; South 00'01'18" West, a distance 88.91' feet to a point; South 45'55'41" West, a distance of 172.74 feet to a point; South 00'00'26" West, a distance of 25.00 feet to o point; South 45'52'35" East, a distance 172.81 feet to a point; South 00'00'47" West, a distance of 732.23 feet to a point: South 10'53'13" West, a distance of 200.24 feet to the POINT OF BEGINNING and containing a calculated area of 29,997 square feet or 0.688 acre of land; NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone, based upon GPS measurements, according to the GPS Reference Network. A drawing of even date accompanies this metes and bounds description. The metes and bounds description contained herein was compiled from information contained in recorded documents and does not reflect the results of an on the ground survey. DUNAWAYJOB NO. B007295.001 PAGE 3 OF 3 Stephe "tjefiC/ Registered Professional Land Surveyor Texas Registration No. 5570 srg@dunaway.com May 18, 2022 S DUNAWAy 550 Baiey Avenue • Suite 400 • Fat Worth, Texas 76107 Tel: 817.335.1121 TEXAS REGISTERED SURVEYING FIRM NO. 100981 W EXHIBIT "A" TEMPORARY ACCESS EASEMENT A PART OF THE H. LANE SURVEY, ABSTRACT NO. 928 AND THE S.A. & M.G. R.R. SURVEY, ABSTRACT NO. 1479 aty of fort Worth, Tarrant County, Texas. Electronically Recorded by Tarrant County Clerk in Official Public Records tomA amrS kJ MARY LOUISE NICHOLSON COUNTY CLERK CPN 103414 Walnut Creek S.S. Interceptor Extension Parcel # 19 TCE SA & MG RR CO SURVEY, Abstract No. 1479 TARRANT COUNTY, TX STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH TEMPORARY 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 GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of a one -page metes and bounds description, and Exhibit "B", consisting of a one -page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit "A" and Exhibit "B" (the Easement Property") attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220810 wyC %At Li It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of constructing the Walnut Creek Sanitary Sewer Interceptor Extension improvements (the "Facility"). All rights granted within this Temporary Construction Easement shall cease and automatically terminate on the earlier of (I) the date that is two (2) years after completion of the Facility and its acceptance by GRANTEE, or (ii) the date that is three (3) years after the date of this Easement. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance Is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation Insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEES contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220810 r ayc u v, c from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in Installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the. Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. v) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. vi) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the nghts granted hereunder. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220810 rayc .e Ill ID This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220810 I- PLUG Ull GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: `ryD' Rya ickerson, Vice President STATE OF TEXAS COUNTY OF PARKER ACKNOWLEDGEMENT 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 `l' 13 "402a. nax No Paiel l and for the State of Texas BEXIE NOBLES Notary Public, State of Texas Comm. Expires 06-07-2023 Notary 1D 13204280.4 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220810 raga usat ,, ACCEPTED BY: GRANTEE: City ?)Fort rth By (Signature `,(L / L.(. (Print Name) Steve ooke, Property Management Director (Title) APPROVED AS TO FORM AND LEGALITY By (Signature): il/ldr (Print Name) M►cs Mf (Title) 4sssy a r Claw tancaR. y • ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that 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. �u GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date ofS([Qyynb.v( iltpvfl GAM Notary Public in and for the State of Texas JASMINE LOMELI Notary PublkrState of Texas Tarrant County Notary ID #13349821-3 Commission Ey, DEC. 20, 2025 TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220810 r-Qyc , r U tLPco • 0.S. „ $10 co. osit WALSH RANCHES LP VOLUME 12624, PAGE 92 D.R.T.C.T. ; i rro N EXHIBIT "B" TEMPORARY CONSTRUCTION EASEMENT A PART OF S.A. & M.G. R.R. CO. SURVEY, ABSTRACT NO. 1479 EAST 189.36' PARCEL 19 0.930 ACRES 40,554 SQUARE FEET N80z3.03 243, 76' ALE'D O R �(VAR4BLp WID RIGHT-OF-WAY UNC ION PACIFI (15D' WIDTM RIGHT Q WRR DATE: MAY 18, 2022 rot O P N 3 10 ;ow 000 N89•59'36'W 155.49' ZYcrevid DUNAWA 550 Bodey Avenue • Suite 400 Fort Worth, Texas 76107 Tel' 817 335.1121 TEXAS REGISTERED SURVEYING FIRM NO. 10398100 05/16/2022 N N O• O il z 0 SCALE 1.= 100' FEET 100' DRY RANCH LLC TRACT 3 C.C.D. NO. D217210159 D.R.T.C.T. POINT OF COMMENCING FOUND 1/2' IRON ROO CCD. NO. =COUNTY CLERICS DOCUMENT NUMBER D.R.T.CT. = DEED RECORDS, TARRANT COUNTY, TEXAS PAGE 1 OF 2 DUNAWAY JOB NO. 6007952.001 rayc v WI EXHIBIT 'A" TEMPORARY CONSTRUCTION EASEMENT A PART OF & M.G. R.R. CO. SURVEY, ABSTRACT NO. 1479 PROPERTY DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT Parcel 19 BEING a tract of land situated in the S.A. & M.G. R.R. Co. Survey, Abstract No. 1479, City of Fort Worth, Tarrant County, Texas and being a part of that certain tract of land as described by deed to Walsh Ranches, LP, recorded in Volume 12624, Page 92, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said tract of land being more particularly described by metes and bounds as follows: COMMENCING at o 1/2" iron rod found in the north right—of—way line of Aledo Road (a variable width public right—of—way), the southeast corner of said Walsh Ranches tract and the southwest corner of a certain tract of land described as Tract 3 by deed to Dry Ranch LLC, recorded in County Clerk's Document No. D217210159, D.R.T.C.T.; North 00'00'24" East, departing the north right—of—way line of said Aledo Road, with the common east line of said Walsh Ranches tract and the west line of said Dry Ranch tract, a distance of 152.21 feet to a point; North 89'59'36" West, departing the common east line of said Walsh Ranches tract and the west line of said Dry Ranch tract and crossing Into said Walsh Ranches tract, a distance of 155.49 feet to a point for the POINT OF BEGINNING of herein described tract of land; THENCE continuing across said Walsh Ranches tract, the following courses and distances: North 80'33'03" West, a distance of 243.76 feet to a point; North 22'32'28" East, a distance of 173.81 feet to a point; EAST, a distance of 189.36 feet to a point; South 00'04'47" West, a distance of 120.17 feet to a point; South 10'53'13" West, a distance of 81.86 feet to the POINT OF BEGINNING and containing a calculated area of 40,554 square feet or 0.930 acre of land; NOTES: The basis of bearings for this Easement is the Texas Coordinate System of 1983, North Central Zone, based upon GPS measurements, according to the GPS Reference Network. A drawing of even date accompanies this metes and bounds description. The metes and bounds description contained herein was compiled from information contained In recorded documents and does not reflect the results of an on the ground survey. DUNAWAYJOB NO. 8007295.001 StephenR. Glosup Registered Professional Land Surveyor Texas Registration No. 5570 srg@dunaway.com May 18, 2022 S DUNAWAy 550 Bailey Avenue • Suite 100 • Fort Worth, Texos 76107 Tel• 817335.1121 TEXAS REGISTERED SURVEYING RRM NO. 10098100 EXHIBIT "A" PAGE 2 OF 2 TEMPORARY CONSTRUCTION EASEMENT A PART OF THE S.A. & M.G. R.R. CO. SURVEY, ABSTRACT NO. 1479 City of Fort Worth, Tarrant County, Texas. ., „y... .....,... .... ...... ,.....� Electronically Recorded by Tarrant County Clerk in Official Public Records _H - rai,-ko4 aJ _ VQ_ MARY LOUISE NICHOLSON COUNTY CLERK 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 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 13PAE ALEDO RD HENRY LANE SURVEY, Abstract 928; SA & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991 (BALANCE IN PARKER CTY) STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH ACCESS EASEMENT DATE' rynrkcx\ (O--a 3 GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limited liability company GRANTOR'S MAILING ADDRESS (including County): 4001 Maple Avenue, Suite 270 Dallas, Dallas County, Texas 75219 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 a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, does hereby grant, bargain, and convey unto Grantee, its successors and assigns, an exclusive, perpetual easement and right-of-way for access upon, over, across and through 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. ACCESS EASEMENT Rev. 20220518 1.144LUSJ•Tilt1 IL rauc £. cI Li 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. It is intended by these presents to convey a non-exclusive Access Easement to the Grantee for the purpose of accessing the Westside IV Elevated Water Storage Tank Property described on Exhibit C attached hereto (the "Water Storage Tank Site") and to allow Grantee to construct, operate, maintain, replace, upgrade, inspect and repair gravel roadway improvements (the 'Facility") located within the Easement Property, with the usual rights of ingress and egress in the necessary use of such. Access Easement, providing free and uninterrupted pedestrian and vehicular ingress to and egress from the Water Storage Tank Site. 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, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. At any time following the dedication of right of way and the construction of public streets connecting the Water Storage Tank Site to a publicly dedicated right of way, Grantee agrees to, upon request of Grantor, its successors and assigns, duly execute and deliver freely, without charge, to Grantor, its successors and assigns, a termination or release (properly executed, acknowledged and in recordable form) of this Access Easement. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent Access 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 this warranty and representation in accepting this permanent Access Easement. TO HAVE AND TO HOLD the above -described permanent Access Easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns forever. Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said permanent Access Easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): If Grantee fails to cause completion of the Water Storage Tank Site so that the Water Storage Tank Site can be operational on or before the 10th anniversary of the date of this Access Easement or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Easement Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right ACCESS EASEMENT Rev. 20220518 LJGLQUYOUIL I-a9c sl'Jl LI by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written Exercise Notice, Grantee will convey the Easement Property to Grantor in consideration for Grantor's payment to Grantee of Ten Dollars ($10.00). This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURE PAGES TO FOLLOW.] ACCESS EASEMENT Rev. 20220518 tJ«Q.,Y:,.,rays' ., S. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requites, singular nouns and pronouns include the plural. GRANTOR: TRT LAND INVES ORS, LLC, a Delaware im ed ility company By: (Print Name (Title) STATE OF TEXAS COUNTY OF DALLAS V I Ge, 1 ren t ACKNOWLEDGMENT BEFORE ME, the undersi ed authority, a Notary Pubic in and for the State of Texas, on this day personally appeared owl J orcyt , V I ct P re s 1 /tat of TRT Land Investors, LLC, known to the to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TRT Land Investors, LLC and that they executed the same as the act of said Delaware limited liability company foi the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of,lhnut ary 11,2022 [SEAL] Ih ‘oftY max°:' ''nilV Pill JOSELYNE LARA o' Notary Public, State of Texas +1' Comm, Expires 03-17-2026 Notary ID 133662910 Not y Public S rte of Texa Nam- (printed): 30$.e n •e La rat Notary's commission expi•e : u3_ 11-202.(P ACCESS EASEMENT Rev. 20220518 v vtiW IL rays a .l, i, ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRANT § GRANTEE: City of Fort Worth Dana Burghdoff By (Signature): Dana Burghdoff tl n 1, 2023 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): ✓t S`ad tt /Lt tcc�r (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGMENT 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 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 Feb 2, 2023 [SEAL) SPRY PUe 2 o SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp. Mar. 31, 2024 ACCESS EASEMENT Rev. 20220518 Selena Ala (Feb 2, 202313 28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 �a9c U WI LI WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY OF FORT WORTH PARKER AND TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 4.634 acre (201,870 square feet) tract of land situated in the W. Robinson Survey, Abstract No. 1107 and the I & G N RR Co Survey, Abstract No. 2224, Parker County, Texas, and the I & G N RR Co Survey, Abstract No. 1991, City of Fort Worth, Parker and Tarrant County, Texas, and being a portion of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 4.634 acre (201,870 square feet) tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southeast corner of a proposed 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site, from which a 1/2 inch iron rod found for the east corner of Tract 40 of the Creeks of Aledo, an addition to the City of Fort Worth, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records of Parker County, Texas bears South 77 degrees 53 minutes 20 seconds West, a distance of 1,954.80 feet; THENCE North 23 degrees 05 minutes 33 seconds West, with the east line of said 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northeast corner of said 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site; THENCE THENCE THENCE THENCE THENCE N orth 14 degrees 46 minutes 12 seconds West, a distance of 247.06 feet to a calculated point for corner; N orth 12 degrees 52 minutes 47 seconds West, a distance of 128.29 feet to a calculated point for corner; N orth 13 degrees 46 minutes 04 seconds West, a distance of 106.00 feet to a calculated point for corner; N orth 16 degrees 32 minutes 34 seconds West, a distance of 348.70 feet to a calculated point for corner; N orth 17 degrees 34 minutes 17 seconds West, a distance of 196.85 feet to a calculated point for corner; Exhibit A Page 1 of 8 1-Qyc I VI THENCE North 18 degrees 33 minutes 24 seconds West, a distance of 636.77 feet to a calculated point for the beginning of a curve to the right having a radius of 3,404.52 feet, a delta of 06 degrees 28 minutes 18 seconds, and whose chord bears North 14 degrees 28 minutes 51 seconds West, a chord distance of 384.34 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 384.54 feet to a calculated point for the beginning of a reverse curve to the left having a radius of 2,397.95 feet, a delta of 12 degrees 03 minutes 31 seconds, and whose chord bears North 18 degrees 13 minutes 34 seconds West, a chord distance of 503.74 feet; THENCE THENCE THENCE THENCE THENCE THENCE THENCE N orthwesterly, with said reverse curve to the left, an arc distance of 504.68 feet to a calculated point for corner; N orth 26 degrees 33 minutes 37 seconds West, a distance of 152.75 feet to a calculated point for corner; N orth 31 degrees 19 minutes 32 seconds West, a distance of 283.47 feet to a calculated point for corner; N orth 33 degrees 14 minutes 13 seconds West, a distance of 177.66 feet to a calculated point for corner; North 36 degrees 03 minutes 08 seconds West, a distance of 229.39 feet to a calculated point for corner; N orth 38 degrees 50 minutes 23 seconds West, a distance of 292.60 feet to a calculated point for corner; N orth 38 degrees 08 minutes 05 seconds West, a distance of 44.06 feet to a calculated point for corner; THENCE North 34 degrees 06 minutes 07 seconds West, a distance of 46.48 feet to a calculated point for corner; THENCE North 36 degrees 06 minutes 12 seconds West, a distance of 182.93 feet to a calculated point for the beginning of a curve to the right having a radius of 503.51 feet, a delta of 31 degrees 47 minutes 53 seconds and whose chord bears North 24 degrees 53 minutes 44 seconds West, a chord distance of 275.87 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 279.44 feet to a calculated point for corner; Exhibit A Page 2 of 8 VLLO yau,c rnyc v v, £ I THENCE North 03 degrees 12 minutes 57 seconds West, a distance of 308.25 feet to a calculated point for the beginning of a curve to the right having a radius of 1,129.64 feet, a delta of 17 degrees 55 minutes 28 seconds, and whose chord bears North 05 degrees 16 minutes 48 seconds East, a chord distance of 351.96 feet; THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE N ortherly, with said curve to the right, an arc distance of 353.39 feet to a calculated point for corner; North 12 degrees 23 minutes 25 seconds East, a distance of 106.44 feet to a calculated point for the beginning of a curve to the left having a radius of 763.35 feet, a delta of 22 degrees 28 minutes 43 seconds, and whose chord bears North 03 degrees 52 minutes 08 seconds East, a chord distance of 297.56 feet; N ortherly, with said curve to the left, an arc distance of 299.48 feet to a calculated point for corner; N orth 08 degrees 39 minutes 34 seconds West, a distance of 192.93 feet to a calculated point for corner; N orth 02 degrees 31 minutes 40 seconds West, a distance of 47.49 feet to a calculated point for the beginning of a curve to the left having a radius of 716.13 feet, a delta of 36 degrees 18 minutes 58 seconds, and whose chord bears N orth 20 degrees 55 minutes 21 seconds West, a chord distance of 446.35 feet; Northwesterly, with said curve to the left, an arc distance of 453.91 feet to a calculated point for corner; North 36 degrees 32 minutes 02 seconds West, a distance of 140.15 feet to a calculated point for corner; North 37 degrees 06 minutes 17 seconds West, a distance of 118.32 feet to a calculated point for corner; N orth 38 degrees 05 minutes 47 seconds West, a distance of 103.97 feet to a calculated point for corner; N orth 40 degrees 04 minutes 14 seconds West, a distance of 108.15 feet to a calculated point for corner; N orth 40 degrees 46 minutes 38 seconds West, a distance of 122.31 feet to a calculated point for corner; Exhibit A Page 3 of 8 THENCE North 38 degrees 19 minutes 32 seconds West, a distance of 179.88 feet to a calculated point for the beginning of a curve to the right having a radius of 1,123.12 feet, a delta of 09 degrees 06 minutes 09 seconds, and whose chord bears North 31 degrees 34 minutes 32 seconds West, a chord distance of 178.24 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 178.43 feet to a calculated point for the beginning of a compound curve to the right having a radius of 759.33 feet, a delta of 27 degrees 00 minutes 46 seconds, and whose chord bears North 15 degrees 39 minutes 23 seconds West, a chord distance of 354.69 feet; THENCE THENCE THENCE THENCE THENCE Northerly, with said compound curve to the right, an arc distance of 358.00 feet to a calculated point for corner; N orth 00 degrees 38 minutes 08 seconds East, a distance of 301.84 feet to a calculated point for the beginning of a curve to the left having a radius of 2,015.12 feet, a delta of 08 degrees 29 minutes 00 seconds, and whose chord bears North 02 degrees 04 minutes 54 seconds West, a chord distance of 298.09 feet; Northerly, with said curve to the left, an arc distance of 298.37 feet to a calculated point for corner; N orth 06 degrees 10 minutes 20 seconds West, a distance of 212.92 feet to a calculated point for corner; N orth 09 degrees 50 minutes 13 seconds West, a distance of 78.97 feet to a calculated point for corner in the north line of said called 3,590.912 acre (gross) tract of land and the south line of Aledo Road (a variable width right-of-way); THENCE North 84 degrees 16 minutes 53 seconds East, with the north line of said called 3,590.912 acre (gross) tract of land and with the south line of said Aledo Road, a distance of 24.06 feet to a calculated point for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears South 87 degrees 34 minutes 46 seconds East, a distance of 17,380.52 feet, said 1/2 inch iron rod with cap stamped "YP ASSOCIATES.COM" being the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas; THENCE South 09 degrees 50 minutes 13 seconds East, a distance of 78.01 feet to a calculated point for corner; Exhibit A Page 4 of 8 LPLILUIJAEPilll IL rays , v v, c THENCE South 06 degrees 10 minutes 20 seconds East, a distance of 213.65 feet to a calculated point for the beginning of a curve to the right having a radius of 2,039.12 feet, a delta of 08 degrees 28 minutes 25 seconds, and whose chord bears South 02 degrees 05 minutes 08 seconds East, a chord distance of 301.29 feet; THENCE Southerly, with said curve to the right, an arc distance of 301.57 feet to a calculated point for corner; THENCE South 00 degrees 38 minutes 08 seconds West, a distance of 300.93 feet to a calculated point for the beginning of a curve to the left having a radius of 735.33 feet, a delta of 27 degrees 00 minutes 09 seconds, and whose chord bears South 15 degrees 41 minutes 47 seconds East, a chord distance of 343.35 feet; THENCE Southerly, with said curve to the left, an arc distance of 346.55 feet to a calculated point for the beginning of a compound curve to the left having a radius of 1,099.12 feet, a delta of 09 degrees 06 minutes 07 seconds, and whose chord bears South 31 degrees 33 minutes 07 seconds East, a chord distance of 174.42 feet; THENCE THENCE THENCE THENCE THENCE THENCE THENCE Southeasterly, with said compound curve to the left, an arc distance of 174.61 feet to a calculated point for corner; South 38 degrees 19 minutes 32 seconds East, a distance of 178.90 feet to a calculated point for corner; South 40 degrees 46 minutes 38 seconds East, a distance of 121.94 feet to a calculated point for corner; South 40 degrees 04 minutes 14 seconds East, a distance of 108.71 feet to a calculated point for corner; South 38 degrees 05 minutes 47 seconds East, a distance of 104.59 feet to a calculated point for corner; South 37 degrees 06 minutes 17 seconds East, a distance of 118.64 feet to a calculated point for corner; South 36 degrees 32 minutes 02 seconds East, a distance of 139.74 feet to a calculated point for the beginning of a curve to the right having a radius of 740.13 feet, a delta of 36 degrees 16 minutes 42 seconds, and whose chord bears South 20 degrees 53 minutes 59 seconds East, a chord distance of 460.84 feet; THENCE Southeasterly, with said curve to the right, an arc distance of 468.63 feet to a calculated point for corner; Exhibit A Page 5 of 8 rn9c I I 1 I THENCE South 02 degrees 31 minutes 40 seconds East, a distance of 46.25 feet to a calculated point for corner; THENCE South 08 degrees 39 minutes 34 seconds East, a distance of 191.92 feet to a calculated point for the beginning of a curve to the right having a radius of 787.35 feet, a delta of 22 degrees 27 minutes 24 seconds, and whose chord bears South 03 degrees 50 minutes 18 seconds West, a chord distance of 306.62 feet; THENCE Southerly, with said curve to the right, an arc distance of 308.59 feet to a calculated point for corner; THENCE South 12 degrees 23 minutes 25 seconds West, a distance of 106.27 feet to a calculated point for the beginning of a curve to the left having a radius of 1,105.64 feet, a delta of 17 degrees 56 minutes 58 seconds, and whose chord bears South 05 degrees 17 minutes 15 seconds West, a chord distance of 344.95 feet; THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE Southerly, with said curve to the left, an arc distance of 346.37 feet to a calculated point for corner; South 03 degrees 12 minutes 57 seconds East, a distance of 307.12 feet to a calculated point for the beginning of a curve to the left having a radius of 479.51 feet, a delta of 31 degrees 46 minutes 16 seconds, and whose chord bears South 25 degrees 01 minutes 31 seconds East, a chord distance of 262.50 feet; Southeasterly, with said curve to the left, an arc distance of 265.89 feet to a calculated point for corner; South 36 degrees 06 minutes 12 seconds East, a distance of 184.35 feet to a calculated point for corner; South 34 degrees 06 minutes 07 seconds East, a distance of 46.06 feet to a calculated point for corner; South 38 degrees 08 minutes 05 seconds East, a distance of 43.07 feet to a calculated point for corner; South 38 degrees 50 minutes 23 seconds East, a distance of 293.04 feet to a calculated point for corner; South 36 degrees 03 minutes 08 seconds East, a distance of 230.56 feet to a calculated point for corner; South 33 degrees 14 minutes 13 seconds East, a distance of 178.65 feet to a calculated point for corner; Exhibit A Page 6 of 8 r ayc ,L v, r., THENCE South 31 degrees 19 minutes 32 seconds East, a distance of 284.87 feet to a calculated point for corner; THENCE South 26 degrees 33 minutes 37 seconds East, a distance of 154.23 feet to a calculated point for the beginning of a curve to the right having a radius of 2,421.95 feet, a delta of 12 degrees 04 minutes 29 seconds, and whose chord bears South 18 degrees 13 minutes 46 seconds East, a chord distance of 509.47 feet; THENCE Southeasterly, with said curve to the an arc distance of 510.41 feet to a calculated point for the beginning of a reverse curve to the left having a radius of 3,380.52 feet, a delta of 06 degrees 28 minutes 19 seconds, and whose chord bears South 14 degrees 28 minutes 40 seconds East, a chord distance of 381 65 feet; THENCE Southeasterly, with said reverse curve to the left, an arc distance of 381.85 feet to a calculated point for corner; THENCE South 18 degrees 33 minutes 24 seconds East, a distance of 636.80 feet to a calculated point for corner; THENCE South 17 degrees 34 minutes 17 seconds East, a distance of 197.27 feet to a calculated point for corner; THENCE South 16 degrees 32 minutes 34 seconds East, a distance of 349.50 feet to a calculated point for corner; THENCE South 13 degrees 46 minutes 04 seconds East, a distance of 106.77 feet to a calculated point for corner; THENCE South 12 degrees 52 minutes 47 seconds East, a distance of 128.08 feet to a calculated point for corner; THENCE South 14 degrees 46 minutes 12 seconds East, a distance of 244.92 feet to a calculated point for corner; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 208.25 feet to a calculated point for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 24.00 feet to the POINT OF BEGINNING, and containing 201,870 square feet or 4.634 acres of land, more or less. Exhibit A Page 7 of 8 Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Bearings are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: December 14, 2021 Revised February 9, 2023 Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 z F ihy:0O "s ...... RICE RD KENNEDY `•; 9p 5527 Q;, ? �. ess�,.. S(Ad i Exhibit A Page 8 of 8 rays ,Y VI L., EXHIBIT "B" MATCHLINE PAGE 2 PROPosED and PERMANENT ELECTRIC EASENENT CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T. PROPOSED ELEVATED STORAGE TANK STTE 44,100 SOFT. 1.012 ACRES TRACT 40 CREEKS OF ALEDO VOLUME 2002, PAGE 1945 O.P.R.P.C.T. ENO 1/21R B TRACT 39 CREEKS OF ALEDO VOLUME 2012, PAGE 926 O.P.R.P.C,T. 400 200 0 SCALE IN FEET 24.0' PERMANENT ACCESS EASEMENT 201.870 SO. FT. 4.634 ACRES it SEE DETAIL "B" 400 St- 97 cb REVISED FEBRUARY 9, 2023 oarw t City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT I CITY PRO . NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CRY OF FORT WORTH PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GLA JOB No. KHA1106.00 I DRAWN BY: RK DATE DECEMBER 14, 2021 EXHIBIT B PAGE 1 OF 6 CAD FILE 03E_1CCESS1101.DWG SCALE: 1' = 400' RICHARD KENNEDY REGISWRED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 CORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 617-496-1424 FAX 817-496-1769 rays ,o .n " EXHIBIT ''B'' MATCHLINE PAGE 3 W. ROB NSON SURVEY ABSTRACT NO. 1107 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T. G Ges scb viN 400 200 iR 0 400 SCALE IN FEET 24.0 PERMANENT ACCESS EASEMENT 20 ,870 SQ. FT. 4.634 ACRES MATCHLINE PAGE 1 REVISED FEBRUARY 9, 2023 City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT OWNER: TRT LAND INVESTORS, LLC CITY PROJ. NO. 103292 LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4 634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GMAT JOB No KHA_2106.00 DRAWN BY: RK CAD F1LE: 03E_ACCESSJROI.DWG DATE; DECEMBER 14, 2021 EXHIBIT B PAGE 2 OF 6 SCALE: 1' = 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FWM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820 SUITE 860 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 LIALL006111.1.11 IL rn9C ,v'J, j., 0-1 400 200 0 SCALE IN FEET EXHIBIT "B' MATCHLINE PAGE 4 Ho 400 Not. �. / ^4h V .yb ' 19 24.0' PERMANENT ACCESS EASEMENT 201,870 SQ. FT. 4.634 ACRES L-19 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. 0221245221 O.P.R.T.C.T. MATCHLINE PAGE 2 REVISED FEBRUARY 9, 2023 irr r City of Fort Worth 200 TFYAC STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT (CITY PROD. NO. 103292 OWNER: TRT LAND INVESTORS LLC LOCATION CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) O&M JOB No. KHA2106.00 DRAWN BY: RK CAD FILE: 03EJCCESSJtO1.DWG DATE: DECEMBER 14, 2021 EXHIBIT B PAGE 3 OF 6 SCALE: 1' — 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 680 FORT WORM, DC 76137 • 8 7-498-1424 FAX 817-496-1768 400 200 0 400 SCALE IN FEET EXHIBIT ''B'' FYI ALEDO ROAD �Vp1tNBLE WIDTH RIGHT-OF-WAY) SEE DETAIL "A" eS bt Q0 c943- •4:b5 UNION PACIFlC LROAD VOLumE COMpko. D•R-.C.T. GE 13o 13215, pit S 8T34'4611 17,380.52' CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T. 24.0' PERMANENT ACCESS EASEMENT 201,870 S0. FT. 4.634 ACRES MATCHLINE PAGE 3 REVISED FEBRUARY 9, 2023 o�rworr City of Fort Worth 200 TEXAS STREET • FORT WORTH. TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT OWNER: TRT LAND INVESTORS, LLC CITY PROD. NO. 103292 LOCATION CITY OF FORT WORTH, PARKER AND TARRANT' COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201 870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&A JOB No. KRA�2106.00 DRAWN BY: RK CAD FILE: 03E1,CCESSJO1.DWG DATE: DECEMBER 14, 2021 EXHIBIT B PAGE 4 OF 6 SCALE: 1' = 400' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5527 TFYAS FIRM No. 10105900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1788 GOUYOUIG �QycL. 5_ • O EXHIBIT "B" LEGEND PROPERTY LINE PROPOSED EASEMENT LINE SURVEY LINE SET 5/8"IR W/CAP STAMPED "GORRONDONA & ASSOCIATES, INC." FOUND CORNER (SIZE AND TYPE NOTED) CALCULATED POINT ALEDO ROAD / (vARNBLE WIDTH RIGHT—OF—WAY) •`•. L-29 DETAIL "A" NOT TO SCALE NOTES: 1. 2. A LEGAL DESCRIPTION OF SAME SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. BEARINGS ARE REFERENCED ID THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ARE SURFACE. P.O.B. DETAIL "8" NOT TO SCALE 24.0' PERMANENT ACCESS EASEMENT WHOLE PROPERTY MAP AND LOCATION OF EASEMENT REVISED FEBRUARY 9, 2023 oarworr City of Fort Worth 200 TEXAS STREET • FORT WORTH, ItXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT I CITY PRO . NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) DM JOB No. KHA2106 00 DRAWN BY: RK CAD F1LE: 03E_ACCESS_ROi.OWG DATE: DECEMBER 14 2021 EXHIBIT B PAGE 5 OF 6 SCALE* 1' = 400' RICHARD KENNEDY L/ REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 ra9C I u• LI EXHIBIT "B " CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 3,404.52' 06'28'18" N 14'28'511V 384,34' 384.54' C-2 2 397.95' 12'03'31" N 18'13134"W 503.74' 504.681 0-3 503.51 31'47'53" N 24'53'44 W 275.87' 279.44' C-4 1 129,64' 1755'28" N 0516148"E 351.96' 353.39' C-5 763.35 2728`43" N 03'52108"E 297.56' 299.48' C-6 716.13 36'18158" N 20'55'21'W 446.35' 453.91' C-7 1,123.12' 09106'09' N 31434'32'W 178.24' 178.43' C-8 759,33' 2700'46" N 15'39'23 W 354.69' 358.00' C-9 2,015.12' 08'29'00" N 02'04'54'W 298.09' 298,37' C-10 2039.12' 0828125' S 0705'08"E 301.29' 301.57' C-11 735.33' 2700'09" S 15'41'47"E 343.35' 346.55' C-12 1 099.12' 09'06'07" S 31'33107'E 174.42' 174.61' C-13 740.13' 3616'42" S 20'53'59"E 460.841 468.63' C-14 787.35' 22'27'24" S 03'50'18'W 306.62' 30859' C-15 1 105.64' 1756'58" S 05'17115"W 344.95' 346.37' C-16 479,51' 31'46'16" S 25'01'31'E 262.50' 265.89' C-17 2,421.95' 12'04'29" S 1813'46"E 509.47' 510.41' C-18 3,380.52' 06'28'19" S 14'28'40"E 381.65' 381.85' UNE TABLE UNE BEARING DISTANCE L-1 N 23'05'331'W 210.00' L-2 N 14'46'121W 247.06' L-3 N 12'52'47'W 128.29' L-4 N 13'46'04"W 106.00s L-5 N 16'32'34'W 348.70' L-6 196.85' N 17'3417 W L-7 N 18'33'24'W 636.77 L-8 N 26'33'37 W 152.75' L-9 N 31'19'32'W 283.47' L-10 N 33'14113'W 177.66' L-11 N 36'03'OB•W 229.39' L-12 N 38450'23"W 292.60' L-13 N 38'08'05"W 44.06' L-14 N 34'06'07'W 46.48' L-15 N 38'06'12'W 182.93' L-16 N 03'12157'W 30825' L-17 N 12'23'25"E 106.44' L-18 N O13'39'341W 192.93' L-19 N 02'311401W 47.49' L-20 N 36'32'02"W 140.15' UNE TABLE UNE BEARING DISTANCE L-21 N 3706117'W 118,32' L-22 N 38'05147"W 103.97' L-23 108.15' N 40'0414"W L-24 N 40'46'3B'W 122.31' L-25 N 3819'32"W 179.88' L-26 N 00'38108"E 301.84' L-27 N OS10'20"W 212.92' L-28 N 09'50'13'W 78,97' L-29 N 84'16'53"E 24.06' L-30 S 09650113"E 78 011 1-31 S 06610'20•E 213.65' L-32 S 00'38108"W 300.93' L-33 S 3B'19'32"E 17890' L-34 S 40'46'313'E 121.94' L-35 S 40'04'14'E 108.71' L-36 S 38'05147'E 104.59' L-37 S 3706'17"E 118.64' L-38 S 36'32100E 139.74' L-39 5 02'31440'E 46,25' L-40 S O839'34'E 191.92' UNE TABLE UNE BEARING DISTANCE L-41 S 1723'25'W 106.27' L-42 S 03'12157"E 307.12' 1-43 S 3506112"E 184.351 L-44 S 34'06'07"E 46.06' L-45 S 3808'05'E 43.07' L-46 5 3850123"E 293.04' L-47 S 3503'08"E 230,56' L-48 S 3314'13'E 178.65' L-49 S 3119'324E 284.87' L-50 S 26633'37"E 154.23' L-51 S 18'33'24'E 636.80' L-52 S 1734'17"E 197.27' 1-53 S 16°32'34•E 349.50' L-54 S 1546'04"E 106.77' 1-55 S 12'52147"E 128.08' L-56 S 14'46112"E 244.92' L-57 S 23'05133'E 208.25' L-58 S 6554'2TW 24.00' REVISED FEBRUARY 9, 2023 oarWoar City of Fort Worth 200 TFYAS STREET • FORT WORTH. IhXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY PRO . NO. 103292 OWNER: TRT LAND INVESTORS LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590,912 ACRES (GROSS) GUN JOB No. KHA,2106 00 DRAWN BY: RK CAD FILE: 03EJCCESS_ROLDWG DATE DECEMBER 14, 2021 EXHIBIT B PAGE 6 OF 6 SCALE: 1" = 400' RICHARD 'KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TFXS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC, • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 vLLOVItao ha .,I L BOUNDARY SURVEY CITY OF FORT WORTH WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN CITY PROJECT NO. 103292 EXHIBIT "C" Being a 44,100 square foot or 1.012 acre tract of land out of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 44,100 square foot or 1.012 acre tract of land being more particularly described by metes and bound as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set, from which a 1/2 inch iron rod found in a southwest line of said called 3,590.912 acre tract of land bears South 72 degrees 20 minutes 05 seconds West, a distance of 1,716.71 feet, said 1/2 inch iron rod being the southeast corner of Tract 40 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records Parker, County, Texas and the north corner of Tract 39 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2012, Page 926 of said Official Public Records Parker, County, Texas; THENCE North 66 degrees 54 degrees 27 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES' set for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears North 65 degrees 23 minutes 33 seconds East, a distance of 16,391.59 feet, said 1/2 inch iron rod with cap stamped "YPASSOCIATES.COM" being at the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas• THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES' set for corner; THENCE North 23 degrees 05 minutes 33 seconds West, a distance of 210.00 feet to the POINT OF BEGINNING, and containing 44,100 square feet or 1.012 acres of land, more or less. Exhibit C Page 1 of 2 ra9c L.I vl '.1 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: October 21, 2021 Richard Kennedy Registered Professional Land No. 5527 Texas Firm No. 10106900 Surveyor Exhibit C Page 2 of 2 202307264 EASEMENT Total Pages: 22 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 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 13PAE ALEDO RD HENRY LANE SURVEY, Abstract 928; SA & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991 (BALANCE IN PARKER CTY) STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH ACCESS EASEMENT DATE: l)-Cn..v, ' ijT . 3 GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limited liability company GRANTOR'S MAILING ADDRESS (including County): 4001 Maple Avenue, Suite 270 Dallas, Dallas County, Texas 75219 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 a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, does hereby grant, bargain, and convey unto Grantee, Its successors and assigns, an exclusive, perpetual easement and right-of-way for access upon, over, across and through 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. ACCESS EASEMENT Rev,20220518 202307264 03/27/2023 01:26:15 PM Page 2 of 22 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. It is intended by these presents to convey a non-exclusive Access Easement to the Grantee for the purpose of accessing the Westside IV Elevated Water Storage Tank Property described on Exhibit C attached hereto (the "Water Storage Tank Site") and to allow Grantee to construct, operate, maintain, replace, upgrade, inspect and repair gravel roadway improvements (the 'Facility") located within the Easement Property, with the usual rights of ingress and egress in the necessary use of such Access Easement, providing free and uninterrupted pedestrian and vehicular ingress to and egress from the Water Storage Tank Site. 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, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. At any time following the dedication of right of way and the construction of public streets connecting the Water Storage Tank Site to a publicly dedicated right of way, Grantee agrees to, upon request of Grantor, its successors and assigns, duly execute and deliver freely, without charge, to Grantor, its successors and assigns, a termination or release (properly executed, acknowledged and in recordable form) of this Access Easement, The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent Access 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 this warranty and representation in accepting this permanent Access Easement. TO HAVE AND TO HOLD the above -described permanent Access Easement, together with, all and singular, the rights and appurtenances thereto In anyway belonging unto Grantee, its successors and assigns forever. Grantor does hereby bind Itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said permanent Access Easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): If Grantee fails to cause completion of the Water Storage Tank Site so that the Water Storage Tank Site can be operational on or before the 10th anniversary of the date of this Access Easement or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Easement Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right ACCESS EASEMENT Rev. 20220518 202307264 03/27/2023 01:26:15 PM Page 3 of 22 by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written Exercise Notice, Grantee will convey the Easement Property to Grantor in consideration for Grantor's payment to Grantee of Ten Dollars ($10.00). This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURE PAGES TO FOLLOW.] ACCESS EASEMENT Rev. 20220518 202307264 03/27/2023 01:26:15 PM Page 4 of 22 This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural, GRANTOR: TRT LAND INVES ORS, LLC, a Delaware im ed ility company By: (Print Name (Title) STATE OF TEXAS COUNTY OF DALLAS V i c1. P res i ta-t ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary PubFc in and for the State of Texas, on this day personally appeared mu I Pt , J ore t i Lt. Pre S ► 4.a t of TRT Land Investors, LLC, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TRT Land Investors, LLC and that they executed the same as the act of said Delaware limited liability company foi the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of t)Anto 11,2024 [SEAL] ¢R. o JQSELYNE LARA `a`(61Notary Public, State of Taxes 3a•• & Comm. Exp lres � pares 386291026 n,°Im°' Notary ID 133662910 ACCESS EASEMENT Rev. 9..0220518 NotTt Public, S to of Texa Nam (printed): ,0$-etiy>,e Lotro% Notary's commission exp re' : at_ n-1-202to 202307264 03/27/2023 01.26.15 PM Page 5 of 22 ACCEPTED BY: GRANTEE: City of Fort Worth Dana Burghdoff Dana Burghdoff eb 1, 2023 By (Signature): 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY %laces* ../lbw ere, By (Signature): O (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OE TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff 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 hi the capacity therein stated. Assistant City Manager GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Feb 2, 2023 [SEAM YPU SELENA ALA ro Notary Public STATE OF TEXAS p\AY Notary I.D. 132422528 OP Myy Comm. Exp, Mar, 31, 2024 ACCESS EASEMENT Rev. 20220518 Selena Ala (Feb 2, 2023 13:28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 202307264 03/27/2023 01:26:15 PM Page 6 of 22 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY OF FORT WORTH PARKER AND TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 4.634 acre (201,870 square feet) tract of land situated in the W. Robinson Survey, Abstract No. 1107 and the I & G N RR Co Survey, Abstract No. 2224, Parker County, Texas, and the I & G N RR Co Survey, Abstract No. 1991, City of Fort Worth, Parker and Tarrant County, Texas and being a portion of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 4.634 acre (201,870 square feet) tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southeast corner of a proposed 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site, from which a 1/2 inch iron rod found for the east comer of Tract 40 of the Creeks of Aledo, an addition to the City of Fort Worth, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records of Parker County, Texas bears South 77 degrees 53 minutes 20 seconds West, a distance of 1 954.80 feet; THENCE North 23 degrees 05 minutes 33 seconds West, with the east line of said 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northeast corner of said 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site; THENCE THENCE THENCE THENCE THENCE North 14 degrees 46 minutes 12 seconds West, a distance of 247.06 feet to a calculated point for comer; North 12 degrees 52 minutes 47 seconds West, a distance of 128.29 feet to a calculated point for corner; North 13 degrees 46 minutes 04 seconds West, a distance of 106.00 feet to a calculated point for corner; North 16 degrees 32 minutes 34 seconds West, a distance of 348.70 feet to a calculated point for corner; North 17 degrees 34 minutes 17 seconds West, a distance of 196.85 feet to a calculated point for corner; Exhibit A Page 1 of 8 202307264 03/27/2023 01:26:15 PM Page 7 of 22 THENCE North 18 degrees 33 minutes 24 seconds West, a distance of 636.77 feet to a calculated point for the beginning of a curve to the right having a radius of 3,404.52 feet, a delta of 06 degrees 28 minutes 18 seconds, and whose chord bears North 14 degrees 28 minutes 51 seconds West, a chord distance of 384.34 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 384.54 feet to a calculated point for the beginning of a reverse curve to the left having a radius of 2,397.95 feet, a delta of 12 degrees 03 minutes 31 seconds, and whose chord bears North 18 degrees 13 minutes 34 seconds West, a chord distance of 503 74 feet THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE Northwesterly, with said reverse curve to the left, an arc distance of 504.68 feet to a calculated point for corner; North 26 degrees 33 minutes 37 seconds West, a distance of 152.75 feet to a calculated point for corner; North 31 degrees 19 minutes 32 seconds West, a distance of 283.47 feet to a calculated point for corner; North 33 degrees 14 minutes 13 seconds West, a distance of 177.66 feet to a calculated point for comer; North 36 degrees 03 minutes 08 seconds West, a distance of 229.39 feet to a calculated point for corner; North 38 degrees 50 minutes 23 seconds West, a distance of 292.60 feet to a calculated point for corner; North 38 degrees 08 minutes 05 seconds West, a distance of 44.06 feet to a calculated point for corner; North 34 degrees 06 minutes 07 seconds West, a distance of 46.48 feet to a calculated point for corner; North 36 degrees 06 minutes 12 seconds West, a distance of 182.93 feet to a calculated point for the beginning of a curve to the right having a radius of 503.51 feet, a delta of 31 degrees 47 minutes 53 seconds, and whose chord bears North 24 degrees 53 minutes 44 seconds West, a chord distance of 275.87 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 279,44 feet to a calculated point for corner; Exhibit A Page 2 of 8 202307264 03/27/2023 01:26:15 PM Page 8 of 22 THENCE North 03 degrees 12 minutes 57 seconds West, a distance of 308.25 feet to a calculated point for the beginning of a curve to the right having a radius of 1,129.64 feet, a delta of 17 degrees 55 minutes 28 seconds, and whose chord bears North 05 degrees 16 minutes 48 seconds East, a chord distance of 351.96 feet; THENCE Northerly, with said curve to the right, an arc distance of 353.39 feet to a calculated point for corner; THENCE North 12 degrees 23 minutes 25 seconds East, a distance of 106.44 feet to a calculated point for the beginning of a curve to the left having a radius of 763.35 feet, a delta of 22 degrees 28 minutes 43 seconds, and whose chord bears N orth 03 degrees 52 minutes 08 seconds East, a chord distance of 297.56 feet; THENCE Northerly, with said curve to the left, an arc distance of 299.48 feet to a calculated point for corner; THENCE North 08 degrees 39 minutes 34 seconds West, a distance of 192.93 feet to a calculated point for corner; THENCE North 02 degrees 31 minutes 40 seconds West, a distance of 47.49 feet to a calculated point for the beginning of a curve to the left having a radius of 716.13 feet, a delta of 36 degrees 18 minutes 58 seconds, and whose chord bears North 20 degrees 55 minutes 21 seconds West, a chord distance of 446.35 feet; THENCE THENCE THENCE THENCE THENCE THENCE N orthwesterly, with said curve to the left, calculated point for corner; N orth 36 degrees 32 minutes 02 seconds calculated point for comer; N orth 37 degrees 06 minutes 17 seconds calculated point for corner; North 38 degrees 05 minutes 47 seconds calculated point for comer; North 40 degrees 04 minutes 14 seconds calculated point for corner; North 40 degrees 46 minutes 38 seconds calculated point for corner; an arc distance of 453.91 feet to a West, a distance of 140.15 feet to a West, a distance of 118.32 feet to a West, a distance of 103.97 feet to a West, a distance of 108.15 feet to a West, a distance of 122.31 feet to a Exhibit A Page 3 of 8 202307264 03/27/2023 01:26:15 PM Page 9 of 22 THENCE North 38 degrees 19 minutes 32 seconds West, a distance of 179.88 feet to a calculated point for the beginning of a curve to the right having a radius of 1,123.12 feet, a delta of 09 degrees 06 minutes 09 seconds, and whose chord bears North 31 degrees 34 minutes 32 seconds West, a chord distance of 178.24 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 178.A3 feet to a calculated point for the beginning of a compound curve to the right having a radius of 759.33 feet, a delta of 27 degrees 00 minutes 46 seconds, and whose chord bears North 15 degrees 39 minutes 23 seconds West, a chord distance of 354.69 feet; THENCE Northerly, with said compound curve to the right, an arc distance of 358.00 feet to a calculated point for corner; THENCE North 00 degrees 38 minutes 08 seconds East, a distance of 301.84 feet to a calculated point for the beginning of a curve to the left having a radius of 2,015,12 feet, a delta of 08 degrees 29 minutes 00 seconds, and whose chord bears North 02 degrees 04 minutes 54 seconds West, a chord distance of 298.09 feet; THENCE Northerly, with said curve to the left, an arc distance of 298.37 feet to a calculated point for corner; THENCE North 06 degrees 10 minutes 20 seconds West, a distance of 212,92 feet to a calculated point for corner; THENCE North 09 degrees 50 minutes 13 seconds West, a distance of 78.97 feet to a calculated point far corner in the north line of said called 3,590,912 acre (gross) tract of land and the south line of Aledo Road (a variable width right-of-way); THENCE North 84 degrees 16 minutes 53 seconds East, with the north line of said called 3,590.912 acre (gross) tract of land and with the south line of said Aledo Road, a distance of 24.06 feet to a calculated point for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears South 87 degrees 34 minutes 46 seconds East, a distance of 17,380.52 feet, said 1/2 inch iron rod with cap stamped "YP ASSOCIATES.COM" being the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas; THENCE South 09 degrees 50 minutes 13 seconds East, a distance of 78.01 feet to a calculated point for corner; Exhibit A Page 4 of 8 202307264 03/27/2023 01:26:15 PM Page 10 of 22 THENCE South 06 degrees 10 minutes 20 seconds East, a distance of 213.65 feet to a calculated point for the beginning of a curve to the right having a radius of 2,039.12 feet, a delta of 08 degrees 28 minutes 25 seconds, and whose chord bears South 02 degrees 05 minutes 08 seconds East, a chord distance of 301.29 feet; THENCE Southerly, with said curve to the right, an arc distance of 301.57 feet to a calculated point for corner; THENCE South 00 degrees 38 minutes 08 seconds West, a distance of 300.93 feet to a calculated point for the beginning of a curve to the left having a radius of 735.33 feet, a delta of 27 degrees 00 minutes 09 seconds, and whose chord bears South 15 degrees 41 minutes 47 seconds East, a chord distance of 343.35 feet; THENCE Southerly, with said curve to the left, an arc distance of 346.55 feet to a calculated point for the beginning of a compound curve to the left having a radius of 1,099.12 feet, a delta of 09 degrees 06 minutes 07 seconds, and whose chord bears South 31 degrees 33 minutes 07 seconds East, a chord distance of 174.42 feet; THENCE THENCE THENCE THENCE THENCE THENCE THENCE Southeasterly, with said compound curve to the left, an arc distance of 174.61 feet to a calculated point for corner; South 38 degrees 19 minutes 32 seconds East, a distance of 178.90 feet to a calculated point for comer; South 40 degrees 46 minutes 38 seconds East, a distance of 121.94 feet to a calculated point for comer; South 40 degrees 04 minutes 14 seconds East, a distance of 108.71 feet to a calculated point for corner; South 38 degrees 05 minutes 47 seconds East, a distance of 104.59 feet to a calculated point for corner; South 37 degrees 06 minutes 17 seconds East, a distance of 118.64 feet to a calculated point for corner; South 36 degrees 32 minutes 02 seconds East, a distance of 139.74 feet to a calculated point for the beginning of a curve to the right having a radius of 740.13 feet, a delta of 36 degrees 16 minutes 42 seconds, and whose chord bears South 20 degrees 53 minutes 59 seconds East, a chord distance of 460.84 feet THENCE Southeasterly, with said curve to the right, an arc distance of 468.63 feet to a calculated point for corner; Exhibit A Page 5 of 8 202307264 03/27/2023 01:26:15 PM Page 11 of 22 THENCE South 02 degrees 31 minutes 40 seconds East, a distance of 46.25 feet to a calculated point for corner; THENCE South 08 degrees 39 minutes 34 seconds East, a distance of 191.92 feet to a calculated point for the beginning of a curve to the right having a radius of 787.35 feet, a delta of 22 degrees 27 minutes 24 seconds, and whose chord bears South 03 degrees 50 minutes 18 seconds West, a chord distance of 306.62 feet; THENCE Southerly, with said curve to the right, an arc distance of 308.59 feet to a calculated point for corner; THENCE South 12 degrees 23 minutes 25 seconds West, a distance of 106.27 feet to a calculated point for the beginning of a curve to the left having a radius of 1,105.64 feet, a delta of 17 degrees 56 minutes 58 seconds, and whose chord bears South 05 degrees 17 minutes 15 seconds West, a chord distance of 344.95 feet; Southerly, with said curve to the left, an arc distance of 346.37 feet to a calculated point for corner; South 03 degrees 12 minutes 57 seconds East, a distance of 307.12 feet to a calculated point for the beginning of a curve to the left having a radius of 479.51 feet, a delta of 31 degrees 46 minutes 16 seconds, and whose chord bears South 25 degrees 01 minutes 31 seconds East, a chord distance of 262.50 feet; Southeasterly, with said curve to the left, an arc distance of 265.89 feet to a calculated point for corner; South 36 degrees 06 minutes 12 seconds East, a distance of 184.35 feet to a calculated point for corner; South 34 degrees 06 minutes 07 seconds East, a distance of 46.06 feet to a calculated point for corner; South 38 degrees 08 minutes 05 seconds East, a distance of 43.07 feet to a calculated point for corner; South 38 degrees 50 minutes 23 seconds East, a distance of 293 04 feet to a calculated point for corner; South 36 degrees 03 minutes 08 seconds East, a distance of 230.56 feet to a calculated point for corner; South 33 degrees 14 minutes 13 seconds East, a distance of 178.65 feet to a calculated point for corner; THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE THENCE Exhibit A Page 6 of 8 202307264 03/27/2023 01:26:15 PM Page 12 of 22 THENCE South 31 degrees 19 minutes 32 seconds East, a distance of 284.87 feet to a calculated point for comer; THENCE South 26 degrees 33 minutes 37 seconds East, a distance of 154.23 feet to a calculated point for the beginning of a curve to the right having a radius of 2,421.95 feet, a delta of 12 degrees 04 minutes 29 seconds, and whose chord bears South 18 degrees 13 minutes 46 seconds East, a chord distance of 509.47 feet THENCE Southeasterly, with said curve to the an arc distance of 510.41 feet to a calculated point for the beginning of a reverse curve to the left having a radius of 3,380.52 feet, a delta of 06 degrees 28 minutes 19 seconds, and whose chord bears South 14 degrees 28 minutes 40 seconds East, a chord distance of 381 65 feet; THENCE Southeasterly, with said reverse curve to the left, an arc distance of 381.85 feet to a calculated point for corner; THENCE South 18 degrees 33 minutes 24 seconds East, a distance of 636.80 feet to a calculated point for corner; THENCE South 17 degrees 34 minutes 17 seconds East, a distance of 197.27 feet to a calculated point for corner; THENCE South 16 degrees 32 minutes 34 seconds East, a distance of 349.50 feet to a calculated point for corner; THENCE South 13 degrees 46 minutes 04 seconds East, a distance of 106.77 feet to a calculated point for comer; THENCE South 12 degrees 52 minutes 47 seconds East, a distance of 128.08 feet to a calculated point for corner; THENCE South 14 degrees 46 minutes 12 seconds East, a distance of 244.92 feet to a calculated point for corner; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 208.25 feet to a calculated point for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 24.00 feet to the POINT OE BEGINNING, and containing 201,870 square feet or4.634 acres of land, more or less. Exhibit A Page 7 of 8 202307264 03/27/2023 01:26:15 PM Page 13 of 22 Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Bearings are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: December 14, 2021 Revised February 9, 2023 Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 8 of 8 202307264 03/27/2023 01:26:15 PM Page 14 of 22 EXHIBIT "B " MATCHLINE PAGE 2 01* 4.2 eX CI P PROPOSE) 30.01 PEM4NE0 EE01610 CALLED 3 590 912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. N0. D221245221 TRACT 40 CREEKS OF ALEDO VOLUME 2002, PAGE 1945 G.P.R.P.C,T, END I/21R TRACT 39 CREEKS OP ALRDO VOLUME 2012, PAGE 928 O.P.R.P.C.T. z u PROPOSED ELEVATED STORAGE TANK SITE 44,100 SQ.FP. 1.012 ACRES 40 400 200 0 400 SCALE IN FEET 24.0• PERMANENT ACCESS EASEMENT 201,870 SQ. FT. 4.634 ACRES .\\._ SEE DETAIL "B" REVISED FEORUARY 9, 2023 wo City of Fort Worth 200 TEXAS STREET • FORT 1.ORIH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT ICRY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE 3,590.912 ACRES (GROSS) G&AI JOB No. KIiA-2106.00 DATE DECEMBER 14, 2021 DRAWN BY: RK CAD FEE: 03LACCM ROI.DWG MINE @ PAOE 1 OF 6 SCALE: 1• - 400v GORRONOONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUTE 860 FORT RICHARD KENNEDY REGISIERFD PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS F1RM No. 10106900 , TX. 78137 • 817-498-1424 FAX 817-498-1788 202307264 03/27/2023 01:26:15 PM Page 15 of 22 EXHIBIT "B' MATCHLINE PAGE 3 rt:lr is 1N W. ROBINSON SURVEY ABSTRACT NO. 1107 CALLED 3,590.912 ACRES (GROSS) c�\.{y TRT LAND INVESTORS, i1C INST. NO. D221245221 O.P.R.T.C.T. 1 C, •\ P 400 200 0 400 SCALE IN FEET 24.0 PERMANENT ACCESS EASEMENT 20 ,e70 SD IT 4.634 ACRES MATCHLINE PAGE 1 REVISED FEBRUARY 9, 2023 o4ot City of Fort Worth 200 TEXAS STREET • FORT WORM, TEXAS 70102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT f CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201 670 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 '590 912 ACRES (GROSS) RICHARD KENNEDY I/ REGISTERED PROFESSIONAL LPN) SURVEYOR LIECEMBER 14, 2021 EXHIBIT B PAGE 2 0oj� 8 SCALE: 1• - 400' NO. 8527 TEXAS F*M No. 10106900 OORRONbONA & ASSOCIATES, INC. • 2800 N.E.LOOP 820, SUITE 660 FORT WORTH, 1X. 78137 • 817-496-1424 FAX 817-498-1768 WM Joe No, KHq�toeDD DATE: DRAWN BY: RK CAD F1LE: 020404424..401,020 202307264 03/27/2023 01:26:15 PM Page 16 of 22 400 200 0 SCALE IN FEET EXHIBIT "B' MATCHLINE PAGE 4 TN 400 %C. aebk s t� LM 7' '4 o \N w L-39 rr a1� O J4 24.0' PERMANENT ACCESS EASEMENT 201,870 SO. FT. 4.634 ACRES L-19 MATCHLINE PAGE 2 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC BIST. NO. D221245221 OP.R.T.C.T. REVISED FEBRUARY 9, 2023 wp) City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 78102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT I CITY PRO . NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CRY OF FORT WORTH PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) DRAWN BY: RK 1 CAD FILE: 03EJ,CCESS_ROI.0N0 J EXHIBIT 8 PAGE 3 OF 6 SCALE: 1' - 400' Gddl JOB No. IG4L2106.00 DATE DECEMBER 14, 2021 RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10108900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E LOOP 820, SURE 880 FORT WORDS, 1X. 78137 • 8 7-498-1424 FAX 817-496-1788 202307264 03/27/2023 01:26:15 PM Page 17 of 22 400 200 0 400 SCALE IN FEET EXHIBIT "B " ROAD pLEDO (wnRLEwo RGHT-of-wAY) SEE 14- � Nc� DETAIL "A" 1t UNION PACIFlC VOLUME ijptsp Ar° ^"�•�.0'R,,r•O.T 730 44.g S 8T34'48•E 17,380.52' CALLED 3,590.912 ACRES GROSS) TRT LAND INVESTORS, C MST. NO. D221240221 O.P.R.T.C.T. 24.0' PERMANENT ACCESS EASEMENT 201,870 SO. FT. 4.634 ACRES MATCHLINE PAGE 3 REVISED FEBRUARY 9, 2023 Emplpegui City of Fort Worth 200 TEXAS STREET • FORT WORTH, 1fYSS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT (CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI J08 No. KHA.2106.00 DATE DECEMBER 14, 2021 DRAWN BY: RK E701180 B PAOE 4 OF 8 CAD FILE 03E.1CCESSJTOI.DWG SCALE 1• a 400' RICHARD KENNEDY 1/ REGISTERED PROFESSIONAL LAND SURVEYOR NO, 5527 TE1AS FIRM NQ. 10108900 CORRONDONA As ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 880 FORT WORTH, TX. 78137 • 8 7-498-1424 FM 817-496-178B 202307264 03/27/2023 01:26:15 PM Page 18 of 22 EXHIBIT "B " LEGEND PROPERTY UNE PROPOSED EASEMENT LINE £ SURVEY LINE SET 5/8"IR W/CAP STAMPED "GORRONDONA & ASSOCIATES, INC." FOUND CORNER (SIZE AND TYPE NOTED) O CALCULATED POINT ".ALEDO ROAD ` .., i (vWBJ•BLE WID111 RIGHT-OF-WA't) ,''••..• ��. t�„. DETAIL "A" NOT TO SCALE NOTES: 1. 2. A LEGAL DESCRIPTION OF SAME SURVEY DATE HEREWITH ACCOMPANIES MKS FIAT. BEARINGS ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAO-83 (2011), NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ME SURFACE ..................... i>1 .................. DETAIL "8" NOT TO SCALE WHOLE PROPERTY MAP AND LOCATION OF EASEMENT REVISED FEBRUARY 9, 2023 buyivo City of Fort Worth 200 TEXAS STREET • FORT WORTH, TTYAS 78102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT OWNER: TRT LAND INVESTORS, LLC CTTY PROJ. NO. 103292 LOCATION; CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201 870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GMAI JOB No. KH1/4.,2108.00 DATE DECEMBER 14, 2021 DRAWN BY: RK EXHIBIT B PACE O OF 8 CAD FRE O3E ACCESS-RO1.DWG snAI F• 1" a 4001 RICHARD KENNEDY L/ REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS F1RM No. 10108900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E LOOP 820, SURE 860 FORT WORTH, TX. 76137 • B 7-496-1424 FAX 817-498-1768 202307264 03/27/2023 01:26:15 PM Page 19 of 22 EXHIBIT "B " CARVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD MC C-1 3404.52' 0628616' N 14'281511Y 354.34' 354.54' C-2 2,397.95' 1703'31' N 10113'34'W 503.74' 504.68' 0-3 503.51' 31447'53; N 24163'44'W 275.87' 270,44' C 4 1,12964' 1755'28 N 06'1648"E 351.96' 353.39' C-5 763.35' 22128'43" N 03462108'E 207.56' 299,48' 0-8 716.13' 3618968" N 20'55'211Y 448.35' 453.91' C-7 1,12112' 09608'09" N 31434132"W 178,24' 178.43' 0-11 759.33' 2700'46" N 16'39'23"W 354.69' 358.00' 0-9 2,015.12' 0829'00" N 02404'541W 298.09' 298.37' 0-10 2,03942' 0028'25" S 0205108"E _ 301.29' 301.57' C-11 735.33 2700809" S 15'41'4TE 343.35' 34655' 1740.1t; 2' C -14 36'1B'4091'7 ' S 20'53'69'E 480.134' 486.63' 0-14 78735 22127'24 S 03450118'W 306.621 305.59' C-15 1,105.64' 1766'S6' S 05'1715'W 344.95' 340.37' C-18 478.51' 31446'16" S 26401'31'E 282.60' 265.89' 0-17 2421.95' 1240429" S 18'13440"E 509.47' 510.41' C-18 3,380.52' 0628119" S 14'28'40"E 381.65' 381.85' UNE TABLE UNE BEARING DLSTMCE 1.-1 N 23'0533YT 210.00 L-2 N 14'46'12"W 247.06' L-3 N 12'52`47.W 1213.29' L-4 N IS46'04'W 106.00' L-5 N 16'32'341Y 348.70' L-8 N 1734'171Y 106.85' L-7 N 18433'24'W 638.77 L-8 N 26'33'37'W 152.76' L-9 N 31419'32"W 283.47 L-10 N 3341411319 177.68' L-11 N 36•03'ory 229.39' L-12 N 3650'2 292.60 L-13 N 3606'( W 44.06' L-14 N 34'06'o1 W 48.48' L-15 N 3606112"W 182.93' L-18 N 031215710 308.25' L-17 N 12'23125`E 106,44' L-18 N 0639'34VY 192.93' L-19 N 02'31'40/11 47.49' L-20 N 3512102'W 140.15' UNE TABLE LINE BEARING DISTANCE L-21 N 3T06'17"W 1/8.32' L-22 N 330547`W 103.97' L-23 N 40'0414YT 106.15' L-24 N 464636'W 122.31' L-25 N 38619'32'W 179,68' L-26 N 06J8'08T 301.84' L-27 N OB10.201Y 212.92' L-28 N 0'1S0'13'W 78.97' L-29 N 84116'53'E 24.06` L-30 S 09'5043"E 78.01' L-31 S 061d201E 213,65' L-32 S 0638408Y! 300.93' 1-33 S 3618132"E 178,90' L-34 S 40'40'38'E 121.94' L-35 S 4604.14SE 108.71' L-38 S 38405'4TE 10459' L-37 S 3706117'E 118.64' L-38 S 3832'021E 139.74' L-39 S 0731'40'E 46.25' L-40 S 0639134"E 101.92' UNE TABLE UNE BEARING INSTANCE L-41 S 12231251Y 108.27) 1-42 S 0312157"E 307.12' L-43 S 3606'I2'E 184.35' L-44 5 341O6'07"E 46.06' L-45 5 3606'05"E 43.07' 1-46 S 3650123"E 293.04' L-47 S 3603'OB'E 230.56' L-48 S 33414'138E 178.65' L-49 S 31119'32"E 284.87' 1-59 S 2633'37i 154.23' L-51 5 1633124"E 636.80' L-52 S 1734'1TE 187.27' L-53 S 1632'341E 349.50' L-64 S 13148'04'E 106.77' L-55 S 1252'47`E 128.08' L-56 S 14'46'12`E 244.92' L-57 S 2305'33'E 20825' L-58 S 66541271Y 24.00' REVISED FEBRUARY 9, 2023 Merprr City of Fort Worth 200 TEXAS STREET • FORT WORTH, 1FNNS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT OWNER: TRT LAND INVESTORS, LLC CITY PROJ. NO, 103292 LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) 0&N JOS No, KW&2106.00 DRAWN BY: RK DATE DECEMBER 14, 2021 EXHIBIT B PACE 6 OF 0 I GD FTIE; o3EJ,CCESS-ROI.DWG l Scv.E: 1" MIE 4DD' RICHARD 'KENNEDY RECISILNLD PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FN1M No. 10106900 OORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUfTE 860 FORT WORM, TX. 78137 • 817-498-1424 FAX 817-498-1788 202307264 03/27/2023 01:26:15 PM Page 20 of 22 BOUNDARY SURVEY CITY OF FORT WORTH WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN CITY PROJECT NO. 103292 EXHIBIT "C" Being a 44,100 square foot or 1.012 acre tract of land out of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 44,100 square foot or 1.012 acre tract of land being more particularly described by metes and bound as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set, from which a 1/2 inch iron rod found in a southwest line of said called 3,590.912 acre tract of land bears South 72 degrees 20 minutes 05 seconds West a distance of 1,716.71 feet, said 1/2 inch iron rod being the southeast corner of Tract 40 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records Parker, County, Texas and the north corner of Tract 39 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2012, Page 926 of said Official Public Records Parker, County, Texas; THENCE North 66 degrees 54 degrees 27 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears North 65 degrees 23 minutes 33 seconds East, a distance of 16,391.59 feet, said 1/2 inch iron rod with cap stamped "YPASSOCIATES.COM' being at the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE North 23 degrees 05 minutes 33 seconds West, a distance of 210.00 feet to the POINT OF BEGINNING, and containing 44,100 square feet or 1.012 acres of land, more or less. Exhibit C Page 1 of 2 202307264 03/27/2023 01:26:15 PM Page 21 of 22 Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: October 21, 2021 Richard Kennedy Registered Professional Land Surveyor No. 5527 Texas Firm No. 10106900 Exhibit C Page 2 of 2 202307264 03/27/2023 01:26:15 PM Page 22 of 22 FILED AND RECORDED OFFICIAL PUBLIC RECORDS 202307264 03/27/2023 01:26:15 PM Fee: $111.00 LIIa Deakle, County Clerk Parker County, Texas EASEMENT _ ..,... _ _ ..... ...,...N.,..' Electronically Recorded by Tarrant County Clerk in Official Public Records V V ' '•sw,(�, i,.40 fa;, � v 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 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 12 TCE ALEDO RD HENRY LANE SURVEY, Abstract 928; S A & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991 (BALANCE IN PARKER CTY) STATE OF TEXAS COUNTY OF TARRANT DATE: KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT G, ru a D O 3 GRANTOR: TRT LAND INVESTORS, LLC a Delaware limited liability company GRANTOR'S MAILING ADDRESS (including County): 4001 MAPLE AVENUE SUITE 270 DALLAS, DALLAS COUNTY, TX.75219 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 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 TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 FORTWORTIi. accordance with Exhibit A and Exhibit B, attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing elevated storage tank and permanent water 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 Grantors 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. 20220109 PORT WORTH. raUIC %.7 a GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limit •ability company ( By: (Print Name) 1 1 NAM Pc. c_l 0 Yoyt (Title) y i Lt P re s t n-r ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Paul P , I Meer() , V Ct Pre S l kht of TRT Land Investors, 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 TRT Land Investors, LLC and that they executed the same as the act of said Delaware limited liability company foi the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of ,\ An UArN II , Zpj3 [SEAL] `��oulmil 3=, JOSELYNE LARA i Notary Public, State of lib.t• -':40 /ran y. Comm. Expires 03-17-2026 (l `� Notary ID 133662910 Notry Public, ate of Te Name (printed) `J(At Ntflt Lao rot Notary's commission expires: p{,-- rj —ZO ZIP FORT WORTH. TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 rmac YVI.. ACCEPTED BY: GRANTEE: City of Fort Worth Dana Surglido{f By (Signature): Dana Burgh(loff KebT, 2023 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff Assistant City Manager 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 thatthe 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 Feb 2, 2023 (SEAL) SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp. Mar. 31, 2024 TEMPORARY CONSTRUCTION EASEMENT Rev, 20220109 Selena Ala (Feb 2, 2023 13:28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 FOR�_RRZprTn, rnyc.. JI v WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 0.870 acre (37,895 square feet) tract of land out of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 0.870 acre (37,895 square feet) tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northeast corner of a proposed 1.012 acre (44,100 square feet) tract of land designated as an Elevated Storage Tank Site, said 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" being in the west line of a proposed 24.0' Access Easement THENCE South 66 degrees 54 minutes 27 seconds West, with the north line of said Elevated Storage Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES' set for the northwest corner of said Elevated Storage Tank Site; THENCE South 23 degrees 05 minutes 33 seconds East, with the west line of said Elevated Storage Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southwest corner of said Elevated Storage Tank Site; THENCE North 66 degrees 54 minutes 27 seconds East, with the south line of said Elevated Storage Tank Site, passing at a distance of 210.00 feet a 5/8 inch iron rod with cap stamped ' GORRONDONA & ASSOCIATES' set for the southeast corner of said Elevated Storage Tank Site and the southwest corner of said proposed 24.0 Access Easement, in all, a distance of 234.00 feet to a calculated point for the southeast corner of said proposed 24.0' Access Easement; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 50.00 feet to a calculated point for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 284.00 feet to a calculated point for corner; THENCE North 23 degrees 05 minutes 33 seconds West, a distance of 310.00 feet to a calculated point for corner; Exhibit A Page 1 of 2 gyG,,.,ILI THENCE North 66 degrees 54 minutes 27 seconds East, a distance of 267.79 feet to a calculated point for corner in the west line of said proposed 24.0' Access Easement; THENCE South 14 degrees 13 minutes 53 seconds East, with the west line of said proposed 24.0' Access Easement, a distance of 50.60 feet to the POINT OF BEGINNING, and containing 37,895 square feet or 0.870 acres of land, more or less. Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Bearings are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: November 23, 2021 esc, OE...T�: �P'•C.iSTFR co:Q'Gwr o,Ni RICH RD KENNEDY 5527 Q- SS\gv_ Otc Richard Kennedy Registered Professional Land Surveyo No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 2 of 2 CLUIC 1 ail al 1\ \ \11 \ \ \\ 1 \ \\\ ` \ \ \ PROPOSED 24.0' \\ \ k X ✓- ACCES EASEUENT PROPOSED 30.0'_..-re X ELECTRICAL ESEMENE \ \`\ /...' \ TEMPORARY CONSTRUCTION EASEMENT 37.895 SQ. FT. 0.870 ACRES EXHIBIT 1,B 11 LP. ........ :• iis�� `\ 19{.:7:::::::��\ P.O.B.I PROPOSED ELEVATED STORAGE TANK SITE 44,100 SQ.FT. 1.012 ACRES 0' CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D123456789 O.P.R.T.C.T. 100 50 0 100 SCALE IN FEET ORT WORT City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN CITY PROJ, N0, 103292 TEMPORARY CONSTRUCT ON EASEMENT OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 37,895 SQUARE FEET OR 0.870 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI JOB No, KHA-2106.00 DRAWN BY: RK DATE NOVEMBER 23, 2021 EXHIBIT B PAGE 1 OF 2 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE CAD FILE: 02E—TCE_ROO.OWG SCALE: 1" = 100' 660 FORT WORTH, TX. 76137 • RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS ARM No. 10106900 8 7-496-1424 FAX 817-496-1768 • O 1 EXHIBIT ''B'' LEGEND PROPERTY LINE PROPOSED EASEMENT LINE SURVEY LINE SET 5/8"IR W/CAP STAMPED "GORRONDONA & ASSOCIATES, INC." FOUND CORNER (SIZE AND TYPE NOTED) CALCULATED POINT UNE TABLE !DISTANCE! 50.00' 50.60' UNE BEAR NG E 53" E L-1 S 23'0533" S 14' 13 L-2 NOTES: 1. A LEGAL DESCRIPTION OF SAME SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. 2. SWINGS ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ARE SURFACE. TEMPORARY [CONSTRUCTION EASEMENT WHOLE PROPERTY MAP AND LOCATION OF EASEMENT ORT WORT City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN TEMPORARY CONSTRUCTION EASEMENT ICRY PROD. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 37,895 SQUARE FEET OR 0.870 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) O&M JOB No. KHA_2106 00 I DRAWN BY: RK CAD ME: 02E_TCE_ROO.DWG GATE: NOVEMBER 23, 2021 EXHIBIT B PAGE 2 OF 2 SCALE: 1" 100' GORRONDONA Jc ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL. PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS SPECIAL WARRANTY DEED Grantor: TRT LAND INVESTORS, LLC, a Delaware limited liability company Grantor's Mailing Address (including County): 4001 Maple Avenue, Suite 600 Dallas, Dallas County, TX 75219 Grantee* CITY OF FORT WORTH, A MUNICIPAL CORPORATION Grantee's Mailing Address (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TEXAS 76102 Consideration: TEN AND NO/100--- ($10.00) ---DOLLARS and other good and valuable consideration, the receipt of which is hereby acknowledged and confessed; Property BEING a tract of land situated. in TARRANT County and being more particularly described by metes and bounds on EXHIBIT A and EXHIBIT B attached hereto and made a part hereof for all purposes (the "Land') together with (r) all buildings, fixtures, structures and improvements thereon; (ii) any strips or gores between the Land and all abutting properties; (iii) all roads, alleys, rights -of -way, easements, streets and ways adjacent to or serving the Land and rights of ingress and egress thereto, whether surface, subsurface or otherwise; (iv) any land lying in the bed of any street, road or access way, opened or proposed, in front of, at a side of or adjoining the Land, to the centerline of such street, road or access way; (v) all of Seller's rights, titles and interest, if any, m and to all water rights or any kind or character pertaining to the Land; and (vi) all licenses, interests, and rights appurtenant to the Land. The Land and items (1)-(vi) are collectively referred to as the `Property." Reservations from Conveyance: A. THIS CONVEYANCE IS MADE SUBJECT TO AND THERE IS EXCEPTED HERFFROM, ALL OIL, GAS AND OTHER MINERALS AND ROYALTIES SPECIAL WARRANTY DEED — CPN 103292 Parcel 1 1 Rev.20220425 Page 1 of 5 D223050110 03/28/2023 11:55 AM Page: 1 of 10 Fee: $55.00 Submitter: Providence Title Company Electronically Recorded by Tarrant County Clerk in Official Public Records yV�,t, - MARYY LOUISE NICHOLSON Ourl. ra9CALall HERETOFORE RESERVED OR CONVEYED TO OTHERS AND GRANTOR HEREBY EXCEPTS AND RESERVES UNTO GRANTOR, GRANTOR'S HEIRS SUCCESSORS AND ASSIGNS FOREVER, ALL REMAINING OIL, GAS AND OTHER MINERALS IN AND UNDER AND THAT MAY BE PRODUCED FROM THE LANDS DESCRIBED HEREIN. IF THE MINERAL ESTATE IS SUBJECT TO EXISTING PRODUCTION OR AN EXISTING LEASE, THIS RESERVATION INCLUDES THE PRODUCTION, THE LEASE AND ALL BENEFITS FROM IT. GRANTOR DOES HEREBY EXPRESSLY RELEASE AND WAIVE, ON BEHALF OF THE GRANTOR AND THE GRANTOR'S HEIRS, SUCCESSORS, AND ASSIGNS, ALL RIGHTS OF INGRESS AND EGRESS, AND ANY AND ALL OTHER RIGHTS OF EVERY KIND AND CHARACTER WHATSOEVER, TO ENTER UPON AND USE ANY PART OF THE SURFACE OF THE SUBJECT PROPERTY FOR ANY PURPOSE INCIDENT TO EXPLORING FOR, DEVELOPING, DRILLING FOR, PRODUCING, TRANSPORTING, MINING, TREATING, OR STORING THE OIL, GAS AND OTHER MINERALS IN, ON, AND UNDER THE SUBJECT PROPERTY. B. NOTHING HEREIN CONTAINED SHALL EVER BE CONSTRUED TO PREVENT THE GRANTOR, OR THE GRANTOR'S HEIRS, SUCCESSORS, OR ASSIGNS, FROM DEVELOPING OR PRODUCING THE OIL, GAS AND OTHER MINERALS IN AND UNDER THE SUBJECT PROPERTY BY POOLING OR BY DIRECTIONAL DRILLING UNDER THE SUBJECT PROPERTY FROM WELL SITES LOCATED ON TRACTS OUTSIDE THE SUBJECT PROPERTY. Exceptions to Conveyance and Warranty: THIS CONVEYANCE IS EXECUTED, DELIVERED AND ACCEPTED SUBJECT TO AD VALOREM TAXES FOR THE CURRENT YEAR, ROLLBACK TAXES DUE TO THIS CONVEYANCE OR GRANTEE'S USE OF THE SUBJECT PROPERTY, MAINTENANCE FUND LIENS, ZONING ORDINANCES, UTILITY DISTRICT ASSESSMENTS AND STANDBY FEES, IF ANY, ANY AND ALL VALID UTILITY EASEMENTS CREATED BY THE DEDICATION DEED OR PLAT OF THE SUBDIVISION IN WHICH SAID REAL PROPERTY IS LOCATED, RECORDED EASEMENTS, MINERAL, RESERVATIONS AND LEASES, RESTRICTIONS, COVENANTS, CONDITIONS, RIGHTS OF WAY EASEMENTS, IF ANY, AFFECTING THE HEREIN DESCRIBED PROPERTY BUT ONLY TO THE EXTENT THE SAME ARE VALID AND SUBSISTING: Grantor, for the consideration and subject to the Reservation from Conveyance, Exceptions to Conveyance and Warranty, and Conditions grants, sells, and conveys to Grantee the property, together with all and singular the rights and appurtenances thereto in any wise belonging, to have and hold it to Grantee Grantee's heirs executors, administrators, successors, or assigns forever. Grantor hereby binds Grantor and Grantor's heirs, executors, administrators, and successors to warrant and forever defend all and singular the property to Grantee and Grantee's heirs, executors, administrators, successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations from SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Ray. 20220425 Page 2 of 5 FORT WORTH. r 09 C o u I I Conveyance and Exceptions to Conveyance and Warranty and subject to the Conditions, when the claim is by, through, or under Grantor, but not otherwise. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): The Property shall be used for the construction, operation and maintenance of the Westside IV Elevated Storage Tank, all support appurtenances, and a 36" Transmission Main (the "Project"); and (ii) If Grantee fails to cause completion of the Project so that the Project can be operational on or before the 10°i anniversary of the date of this Special Warranty Deed or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written Exercise Notice, Grantee will convey the Property to Grantor in consideration for Grantor's payment to Grantee of Ten Dollars ($10.00). (i) 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] SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 FoxrWonrx. Page 3 of 5 THIS CONVEYANCE DOCUMENT TO BE EFFECTIVE as of this the date of -) 3 GRANTOR: THE STATE OF TEXAS COUNTY OF <COUNTY> TRT LAND INVESTORS, LLC, a Delaware limiteli.bility company By: (Print Name) (Title) ' This instrument was acknowledged Pal In1 I' . Jorge, 'Anal 'investors entity> , • Pouf A. iorg-e. Vices Presirimt• (Acknowledgment) before me on this the date of lAnviary II, 2oL3 , by V i ct reSIGLU\ t of L L ii , ON BEHALF OF SAID <individual / 1\lyp ,.1Pso cz°,'` " „ttS °°;,,o� .,, JOSELYNE LAPA Notary Public, State of Texas `L4 Comm. Expires 03-17-2026 Notary ID 133862810 NOTICE: This document affects your legal SPECIAL WARRANTY DRED—CPU 103292 Parcel 11 Rey. 20220425 ota'i Publ'c, Shte ofTe ,w otary's Name (printed):.) Q St Il n-e I ct rU otaty's commission expires: 0 3 -. n — ? f) Z(p ghts. Read it carefully before signing. Page 4 of 5 Fox rWonrH, rnyc.a VI ,v ACCEPTED AND AGREED TO: CITY OF FORT WORTH Dana EartVo ff By (Signature): Dana Burghdoff (M 23, 2023 1 :39 CDT) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney M&C No. 23-0163 Approved: THE STATE OF TEXAS COUNTY OF TARRANT 28 Peb 2023 (Acknowledgment) § This instrumentMar 23, 2023 was acknowledged before me on this the date of by Dana Burghdoff A istantciryManager of the City of Fort Worth, a Texas home rule municipal corporation on behalf of said City of Fort Worth. SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp. Mar. 31, 2024 ZJ Selena Ala (Mar23, 202310:41CDT) Notary Public, State of Texas Notary's Name (printed): Selena Ala Notary's commission expires: 3-31-2024 AFTER RECORDING RETURN TO: CITY OF FORT WORTH, A MUNICIPAL CORPORATION c/o Property Management Department —Real Estate Division 200 TEXAS STREET FORT WORTH, TEXAS 76102 • sP➢CW.WARRANTY DEED— CPN 10329I111ml 11 Ray. 20220425 Page 5 of 5 r-CI C ., ./I ,,, BOUNDARY SURVEY CITY OF FORT WORTH WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN CITY PROJECT NO. 103292 EXHIBIT "A" Being a 44,100 square foot or 1,012 acre tract of land out of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 44,100 square foot or 1.012 acre tract of land being more particularly described by metes and bound as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set, from which a 1/2 inch iron rod found in a southwest line of said called 3,590.912 acre tract of land bears South 72 degrees 20 minutes 05 seconds West a distance of 1,716.71 feet, said 1/2 inch iron rod being the southeast corner of Tract 40 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2002 Page 1945 of the Official Public Records Parker, County, Texas and the north corner of Tract 39 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2012, Page 926 of said Official Public Records Parker, County, Texas; THENCE North 66 degrees 54 degrees 27 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner, from which a 1/2 inch iron rod with cap stamped 'YP ASSOCOCIATES COM" found for the northeast corner of said called 3,590.912 acre tract of land bears North 65 degrees 23 minutes 33 seconds East, a distance of 16,391 59 feet, said 1/2 inch iron rod with cap stamped "YPASSOCIATES.COM" being at the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE North 23 degrees 05 minutes 33 seconds West, a distance of 210.00 feet to the POINT OF BEGINNING, and containing 44,100 square feet or 1.012 acres of land, more or less. Exhibit A Page 1 of 2 Irn9c I .,I Notes: A plat of even survey date herewith accompanies All bearings and coordinates are referenced to System, NAD-83, The North Central Zone 4202, shown are surface. Date: October 21, 2021 Richard Kennedy Registered Professional Land Surveyor No. 5527 Texas Firm No. 10106900 this legal description. the Texas Coordinate all distances and areas Exhibit A Page 2 of 2 rayc a v, ,v 7 TRACT 40 AL00 vDOAp g.PC.T•' TRACT END 39 1/21R EXHIBIT "B " Gn:OJ PAGE 926 \\ vainao P 11 p,C.T• 7 TRACT 38 \ RAILROAD PACIFIO VOLUME /3215, pAo 0 D.R.LCa. 200 100 END 1/21R W/CAP STAMPED •1PASSOCIATES,COM" 0 200 SCALE IN FEET City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN BOUNDARY SURVEY OWNER: CITY OF FORT WORTH LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 44,100 SQUARE FEET OR 1,012 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS JOB No. KH&.2106,00 DATE: OCTOBER 212021 DRAWN BY; MAP EXHIBIT 8 PAGE 1 OF 3 GORRONDONA & ASSOCIATES, INC J CITY PRO . NO. 103292 RICHARD KENNEDY I .: REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No, 10106900 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 CAD FIE: WESTSIDE N_01E-ROO,DWG SCALE: 1" R 200' v'�.ov.7v ,,v ra9C a 44.11 ,v ABSTRACT No.A-2002 ABSTRACT No. A-1 579 O J ABSTRACT No. A-1107 ABSTRACT No. A-2221 ABSTRACT No. A-1991 ABSTRACT No. A-970 ALED' UNTO RAILRO ABSTRACT No. A-497 EXHIBIT "B" ABSTRACT No. A.127-I ROAD PACIFIC COMPANY ABSTRACT No. A-1865 ABSTRACT No. A-623 END 1/2'IR STAMPED (PED ABSTRACT 'YPASSOCIATES,COM" No.A-1842 TRT LAND INVESTORS, LLC ABSTRACT No. M7479 INSTRUMENT NO, D221245221 O.P.R.T.C.T. CALLED GROSS 3,590.912 ACRES CALLED NET 3,584.129 ACRES j9A59 END P.O.B 1/21R 'L ABSTRACT No. A-928 ABSTRACT No. A-1567 ABSTRACT No. A-1993 ABSTRACT No.A-1961 L ABSTF ACT 10 - 900 ABSTRACT No. A-1678 ABSTRACT No.A-1357 ABSTRACT No. A-998 ABSTRACT No. A-1565 MM ABSTRACT No.A-1421 ABSTRACT No. A.1950 ABSTRACT No. A-1901 3200 1600 0 3200 SCALE IN FEET ORTWOR l City of Fort Worth 00 I IXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN BOUNDARY SURVEY CITY PROJ. NO. 103292 OWNER. CITY OF FORT WORTH LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 44,100 SQUARE FEET OR 1.012 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS RICHARD KENNEDY DRAWN BY: MAP CAD FILE: WESTSIDE N-OIF_ROO.DWG DATE OCTOBER 21 2021 EXHIBIT B PAGE 2 Of 3 I SCALE: 1" - 3200' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 8 7-496-1424 FAX 817-496-1768 J08 No. KHA-2106 00 REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 rayc Iv v1 1v EXHIBIT "B " LINE TABLE LINE BEARING DISTANCE L-1 N 66'54'27"E 210.00' L-2 S 23°05'331'E 210.00' L-3 S 66'54'27"W 210.00' 210.00' L-4 N 23'05'331'W LEGEND ® 5/8 INCH IRON ROD WITH CAP STAMPED 'GORRONDONA & ASSOCIATES" SET • IRON ROD FOUND (AS NOTED) O CALCULATED POINT - EASEMENT LINE (AS NOTED) —• SUBJECT TRACT PROPERTY LINE ADJOINING PROPERTY LINE £ APPROXIMATE SURVEY UNE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE STSIEM, WAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN BOUNDARY SURVEY OWNER CITY OF FORT WORTH LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA 44,100 SQUARE FEET OR 1.012 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS JOB No. KHA_2106 00 DATE: OCTOBER 21 2021 DRAWN BY: MAP EXHIBIT B PAGE 3 OF 3 'CITY PROD. NO. 103292 CAD FILE: WESTSIDE IV_0IE_ROO DWG SCALE: MS GORRONDONA h ASSOCIATES, INC. • 2000 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 8 RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5527 MAR FIRM No. 10106900 7-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 \VESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDF. IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 GEOTECHNICAL ENGINEERING STUDY WESTSIDE IV ELEVATED STORAGE TANK AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. January 2022 PROJECT NO. 103-21-407-1 January 21, 2022 Report No. 103-21-407-1 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Jenifer Tatum, P.E. GEOTECHNICAL ENGINEERING STUDY WESTSIDE IV ELEVATED STORAGE TANK AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS Dear Ms. Tatum: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were conducted in general accordance with CMJ Proposal 21-8128 (Revised) dated July 20, 2021. Authorization to proceed was provided via Kimley-Horn Individual Project Order (IPO) Number 061018398 dated July 22, 2021 and the subsequent Amendment Number 01 to the referenced IPO dated October 21, 2021. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to the Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION F-9177 a Matthew W. Kammerdiener, P.E. Project Engineer Texas No. 127818 7000pD DD (/55 un X ":6 0•*"*"°°Q0Ve U O v•r o °°o tr ° O yc o v000000000000000000°°•00eo0000000(b '° MATTHEW W. I(AMMERDIENE110 0 ° ° QQ Q 4o. /cE Nst®���c�'d ••....•000 '‘p0 ONA e �,4Of copies submitted: (2) Ms. Jenifer Tatum, P.E.; Kimley-Horn and Associates, Inc. (email & mail) CM) Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS 4 4.0 TANK FOUNDATION RECOMMENDATIONS 6 5.0 SITE DRAINAGE 8 6.0 TRENCH / BORE EXCAVATIONS 9 7.0 SEISMIC CONSIDERATIONS 12 8.0 EARTHWORK 12 9.0 CONSTRUCTION OBSERVATIONS 16 17 10.0 REPORT CLOSURE APPENDIX A Plate Plan of Borings A.1A—A 113 Unified Soil Classification System A.2 Key to Classification and Symbols A.3 A.4 — A.17 Logs of Borings Triaxial Shear Test Reports A.18 — A.23 1.0 INTRODUCTION 1.1 Project Description This report presents the final geotechnical investigation for the proposed elevated storage tank previously documented in the preliminary investigation, CMJ Report 103-21-407 dated September 9, 2021. The project site is located approximately 1'/z miles south of Aledo Iona Road and 1'% miles east of FM 1187 near latitude 32.6593°, longitude -97.5482° (WGS 84) in Fort Worth, Tarrant County, Texas. An associated water transmission line with an approximate length of 18,000 linear feet is also planned to include crossing of the UP railroad by trenchless techniques. The location approximate of the borings are illustrated on Plates A.1A and A.1e, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop comments on general excavation and directional boring and recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structures could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 10. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in Report No. 103-21-407-1 CMJ ENGINEERING, INC. which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2 0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by fourteen (14) vertical soil borings. Borings B-3, B 4, and B-5 are associated with the proposed elevated storage tank and were drilled to depths of 30 to 60 feet. Borings B-12 and B-13 were drilled to a depth of 40 feet in the area of the proposed railroad crossing for the water line. The remaining borings were drilled to a depth of 25 feet along the proposed water line alignment. Borings B-1 and B-2 are documented in CMJ Report 103 21 407. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A and A.1B. The boring logs are included on Plates A.4 through A.17 and keys to classifications and symbols used on the Togs 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 Togs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Report No. 103-21-407-1 CMJ ENGINEERING, INC. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the log of boring. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. In select borings, continuous coring was performed at selected intervals in rock and rock -like materials using an NW (formerly NX) size, double -tube core barrel. This core barrel produces a nominal 2-inch diameter core sample. The core recovery and Rock Quality Designation (RQD) in percent are included in the appropriate column on the logs of borings. The recovered percent is presented first for each core run and the RQD percent is presented immediately beside the recovered percent, in the adjacent column. Ground -water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. Report No. 103-21-407-1 3 CMVIJ ENGINEERING, INC. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Three triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The results of the triaxial tests are presented on Plates A.18 through A.23 of Appendix A. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered in the borings consist of dark brown, brown, light brown, reddish brown, Tight reddish brown, and gray silty clays, shaly clays, sandy clays, sandy silty clays, and clays. The various clayey soils often contain calcareous nodules and limestone fragments and occasionally contain calcareous deposits, iron stains, iron seams, ironstone nodules, gravel, and weathered limestone seams and layers. Shale seams were noted within the shaly clays in Borings B-14, B- 15, and B-16 below depths of 9% to 14 feet. Tan weathered limestone layers with thicknesses of 2 to 3 feet were encountered within the clays in Borings B-14 and B-15 at a depth of 4 feet. Report No. 103-21-407-1 4 CM. ENGINEERING, INC. The various clayey soils had tested Liquid Limits (LL) of 44 to 85 with Plasticity Indices (PI) of 27 to 58 and are classified as CL and CH by the USCS. The clayey soils varied from stiff hard (soil basis) in consistency with pocket penetrometer readings of 1.5 to over 4.5 tsf. Tested unit weight values were 81 to 123 pcf and a tested unconfined compressive strength ranged from 2,380 to 15,960 psf. Tan limestone containing clay seams and layers was next encountered in Borings B-3 through B-9, B-12, and B-13 at depths of 6 inches to 17 feet. The tan limestone varied from moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of to 6% inches per 100 blows. Gray limestone often containing shale seams and layers or gray shale containing limestone seams and occasional layers is next present in all boings at depths of 7 to 22 feet below existing grade. The gray limestone and shale are moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of % to 53/< inches per 100 blows. Rock quality designation (RQD) measurements of recovered core samples in Borings B-12 and B-13 range from 10 to 93 percent, with an average RDQ value of 55 percent, indicating fair to good rock quality, or generally relatively intact in -situ rock. Laboratory testing of the tan limestone and gray shale samples in Borings B-12 and B-13 in unconfined compression testing resulted in strength values varying from 32,400 to 537,984 psf, indicating moderate to high strength values (sedimentary rock basis). Borings B-3 through B-16 were terminated within the gray limestone or shale at depths of 25 to 60 feet. The Atterberg Limits tests indicate the various clays encountered at this site are moderately active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was not encountered during drilling in the borings. A ground -water level of 17 feet was measured at drilling completion in Boing B-3, while the remaining boreholes were dry at completion of drilling operations. Report No. 103-21-407-1 5 CMJ ENGINEERING, INC. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground -water conditions will vary with fluctuations in rainfall. Perched water may occur atop or within the tan limestone or atop the gray limestone or shale during periods of heavy or extended rainfall. Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. 4.0 ELEVATED TANK FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground -water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of. soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately % to 1 inch have been estimated for the clay soils in a dry condition. Report No. 103-21-407-1 6 CMJ ENGINEERING, INC. The expansive soil movement magnitude is anticipated in the top'/ to 2 feet of soils. Below the 2- foot depth, rock with only occasional clay seams will occur. Any pipeline that enters the tank area at depths of 5 feet, for example, will have limited expansive soil movement below the pipe to act as a differential between the pipe and the footing. Estimates of expansive soil movements between a pipe at a 5-foot depth is anticipated to be on the order of less than % inch. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. 4.3 Shallow Foundations 4.3.1 Design Criteria Reinforced concrete mat foundations may be used to support structural loads for the tank. The foundation may be founded using the following alternate criteria: Table 4.3.1-1 SPREAD/MAT FOUNDATION DESIGN CRITERIA Depth Below Founding Allowable Bearing Estimated Ground (Ft.) Material Pressure (ksf) Settlement (inches) 4 Tan Limestone 14.0 Less than 1 inch This bearing pressure assumes a factor of safety above 3. Allowable pressures for transient loads may be increased by 33 percent. Differential settlement of the foundation is anticipated to be negligible. 4.3.2 Spread/Mat Foundation Construction Spread or mat foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: Report No. 103-21-407-1 7 CMJ ENGINEERING, INC. • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 2 inches and a lean concrete mud slab of approximately 2 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be provided around the perimeter of the tank. Water must not be allowed to pond near the tank during or after construction. If water is permitted to stand next to or below the structures, pipe trenches, and similar facilities, excessive soil movements can occur. This could result in excessive vertical Report No. 103-21-407-1 8 CMj ENGINEERING, INC. movements and damage or distortion of the structures or other facilities. Ponding water can result in soil movements exceeding those previously given. A slope of 1.5 to 3 percent should be provided, such that the soil slopes away from the proposed structure, foundations, and excavations. 6.0 TRENCH / BORE EXCAVATIONS 6.1 Expected Subsurface Conditions According to the Dallas Sheet of the Geologic Atlas of Texas the water transmission line will traverse through three geologic formations: Duck Creek, Kiamichi, and Goodland Formations. The Duck Creek Formation is present in the highest elevations of the site, where the proposed elevated tank is situated. Clays are typically present at the surface underlain by tan limestone. These clays often contain significant quantities of limestone fragments. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. The underlying Kiamichi Formation is approximately 25 feet thick and is composed of weak, extremely active clays and shaly clays. Outcrops of the Kiamichi normally form narrow bands on hillsides. The underlying Goodland Formation consists of active to highly active clays overlying limestone, present in the lower site elevations. Some shale seams are present in the Goodland formation. With the geologic changes along the water line route, it should be expected that the sod thickness and depth to top of limestone or shale will vary. Rock hardness can be seen in the majority of the borings to be moderately hard to very hard (sedimentary rock basis). Conventional earth moving equipment is expected to be suitable for excavating the overburden clayey soils. Heavy duty excavation equipment will be necessary and should be expected within the limestone and shale materials, depending on rock hardness. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. 6.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays and rock, it is expected that near vertical excavation walls will be possible. In the case that excavations occur through soft clays, granular soils, non -compacted fill, or submerged Report No. 103-21-407-1 9 CMJ ENGINEERING, INC. soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.3 Comments on Horizontal Bores Borings B-12 and B-13 encountered predominately limestone and shale materials below depths of 6 inches to 16 feet. Any tunnel bores extending into this limestone or shale strata will be encountering moderately hard to very hard rock, the upper portions of which can contain weathered zones or clay seams. The limestone and shale strata will likely require special tools to remove/excavate/drill through due to their hardness and abrasiveness. 6.4 Trench / Bore Pit Dewatering Ground -water conditions can vary with seasonal fluctuations in rainfall. Controlling the ground- water is essential to construction of the water line. Failure to control any encountered ground- water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement, and pipe deflections after backfilling. Ground -water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be Report No. 103-21-407-1 10 C j ENGINEERING, INC. necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 6.5 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1" to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 6.6 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Significant processing of the on -site limestone or shale will be required in order to utilize as backfill. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. Report No. 103-21-407-1 11 CMJ ENGINEERING, INC. 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on - site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation. 6.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. 7.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2015 site classification is TYPE B at the proposed elevated storage tank site for seismic evaluation. 8.0 EARTHWORK 8.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy Report No.103-21-407-1 12 CMJ ENGINEERING, INC. pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 8.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on -site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Excavated on -site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches is maximum dimension. As the in -situ limestone are generally hard to very hard, significant processing of the limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be Report No. 103-21-407-1 13 CAM ENGINEERING, INC. observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. If fill is to be placed on existing slopes that are steeper than five horizontal to one vertical, then the fill materials should be benched into the existing slopes in such a manner as to provide a good contact between the two materials and allow relatively horizontal lift placement. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height (ft.) Horizontal to Vertical 0-3 1:1 3 — 6 2:1 6-9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. 8.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface Report No. 103-21-407-1 14 CMJ ENGINEERING, INC. water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 8.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 8.4 Excavation Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Seasonal water seeps can occur where the tan limestones and the Kiamichi geologic interface are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Report No. 103-21-407-1 15 CM/ ENGINEERING, INC. 8.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 8.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 8 7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 9.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these Report No. 103-21-407-1 16 CMJ ENGINEERING, INC. 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 protect. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 10.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these Togs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected Report No. 103-21-407-1 17 CMt ENGINEERING, INC. conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface Report No. 103-21-407-1 18 C j ENGINEERING, INC. conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-21-407-1 19 CMJ ENGINEERING, INC. 1 LEGEND: Boring Location 0 400 800 FEET PROXIMATE SCALE GOOGLE EARTH, 2021; IMAGERY DATE: 11/15/2020 Cc hAjENGINEERING INC. PLAN OF BORINGS WESTSIDE IV ELEVATED STORAGE TANK & WATER TRANSMISSION MAIN FORT WORTH, TEXAS PLATE A. IA CMJ PROJECT No. 103-21-407 LEGEND: Boring Location SOURCE: GOOGLE EARTH, 2021; IMAGERY DATE: 11/15/2020 VIM CCM'. ENGINEERING, INC. PLAN OF BORINGS VVESTSIDE IV ELEVATED STORAGE TANK & WATER TRANSMISSION MAIN FORT WORTH, TEXAS PLATE A. le CMJ PROJECT No. 103-21-407 Major Divisions syn.,. Typical Names Laboratory Classification Criteria N 0 0 o z c ,n @ m -0 co c0 m E 'di CO N i w - 0 �0 to a 2 yin' a) csand P O c to 0 v J GW Well -graded gravels, gravel- mixtures, little or no fines E 0 0 to m m - N 2 a, o N o c o m z rn0 O m m ,D o m ri m ww 05 mu) rn c a) Eta a o_ nall 0 O E m c ®u 0 o, `O m U N 2 3 0 o o-J m 16 - v 2 o o U w c7 c7 a` m w 0 g 2 m o E coNot a o N 0 a> m a O co a4, 0 2 m 0 N d r 0 to p60 (n,o)' C greater than 4: C between 1 and 3 n10 Oi° x O °o gradation requirements for GW meetingq GP Poorly graded gravels, gravel sand mixtures, little or no fines Liquid and Plastic limits q below "A" fine or P.I. greater than 4 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual q g symbols y m o0 co o z m m c Y m o g c c o L E @ 0) 0.) 3 m w m 0 o > 2 m a 0 a ? w GM Silty gravels, gravel -sand -silt mixtures Liquid and Plastic limits above "A" line with P.I. greater than 7 GC Clayey gravels,gravel-sand- y y clay mixtures c -noo Than 6: C tD'0iz between 1 and 3 ot0 x Do N Iiiiiu @ @ 0 E m r o c ra n E. E To E co ut 9 0 ` N > -o y 0 m c a n 0 a CO c 0 c w cc at t SW Well -graded sands, gravelly sands little or no fines greater 1° Not meeting all gradation requirements for SW SP Poorly graded sands• gravelly sands, little or no fines Liquid and Plastic below "A" line or o than 4 limits Liquid plotting and plastic limits between 4 and 7 borderline cases use of dual symbols o m o E 0^ 3 a 0 m `it c m n o a SM Silty sands, sand -silt mixtures o Z0 `t c s_c .- t P.I. less c Y 2 o -No Liquid and Plastic limitsco above "A" line with P.I. greater than 7 are requiring SC Clayey sands, sand -clay mixtures c E m O v o0 N o Z mc 0clays O di u' m a) o oto c u- E 0 ;a t i o to >. a m .t :0 c - NInorganic 0 = 0 ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity CL clays of low to medium plasticity, gravelly clays, sandy clays, silty 60 50 clays, and lean clays CH OLOrganic silts and organic silty of low plasticity 40 cu to 26 toc0c >' ter) to T.) is -o E m rn Y w. in v 0- d MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts >•30 :y a 4 �' OH and MH CL CH Inorganic clays of high plasticity, fat clays 10 4 o id OL ��GI tFt \NI.N ML a OH Organic clays of medium to high plasticity, organic silts to 20 30 40 50 60 70 80 go 100 Liquid Limit Plasticity Chart 0 .c o .= Ouoi Pt Peat and other highly organic soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES min � ' ® ea, GRAVEL / LEAN CLAY 1 1 LIMESTONE •• • • •• •HIGHLY SAND • ••• SANDY - SHALE • • A SILT SILTY SANDSTONE _, j CONGLOMERATE Shelby Split Rock Cone No CLAYEY PLASTIC CLAY Tube Auger Spoon Pen Recovery Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf] Soft 0.0 to 1.0 1.0 to 1.5 Firm 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 that are slick and glossy in appearance of weakness Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. 103-21-407 Location Boring No. B-3 See Plate A.1 Comp etion Depth 60.0' 0 0 0 0 Completion Date 11-12-21 Surface Elevation Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Dry during drilling; water at 17' at completion CME-75, w/ CFA Stratum Description CLAY, da k brown, w/ limestone fragments and calcareous nodules, stiff LIMESTONE, tan, w/ clay seams, hard to very hard mode ately hard above 4' LIMESTONE, gray, hard to very hard SHALE gray, w/ limestone seams, hard to very ha d - moderately hard above 40' OG OF BORING NO. B-3 100/5" 00/1.25 100/0.5" 100/0.5" 100/0.5" 00/0.75' 100/1" 00/0.75' 00/5.75' 00/0.75' 00/0.75' 00/0.75' 100/1" CMJ ENGINEERING INC PLATE A.4 PJ CMJ.GDT Project No. 103-21-407 Boring No. B-4 Project Westside IV EST and Water Transmission Main OW Fort Worth, Texas svmNt>sarHc INC. - Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 30.01 Completion Date 11-11-21 Surface Elevation Type CME-75, w/ CFA LL d - E N E N o O ._ O N U. Stratum Description e w K o 0 a cc LL v o0 yrn maH Z mo m0 a. tit o 'vE Liri �_ mE art ma a= o 'oo �U» > et a� -2oo f vl w N c 42 D00 CLAY, da k brown, w/ calcareous nodules and Eli 3.0 62 20 42 22 limestone fragments, stiff to very stiff _ 100/5.5" � LIMESTONE tan, w/ clay seams, hard to very hard - moderately hard above 2' II - 5 I 100/1.5" 4 I I1 _ -14 00(0.75' LIMESTONg hard gray, very IIII _ —15 00/0.75' 5 _II IIII m20 1( 100/0.5" I j Ij 11 _ 25 100/0.5" it IDI • LOG OF BORING NO. B-4 PLATE A.5 Project No. 103-21-407 Location Boring No. B-5 See Plate Al Completion Depth 30.0' —20- 25 —30— GPJ CMJ.GOT LOG OF BORING 103-21-407 N CO Z Completion Date 11-11-21 Surface Elevation Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Dry during drilling; dry at completion CME-75, wl CFA Stratum Description CLAY, dark brown, w/ calcareous nodules and limestone fragments, very stiff LIMESTONE, tan w/ clay seams, very hard LIMESTONE gray, very hard LOG OF BORING NO. B-5 0 CC 0 a 00/0.5 00/0.75' 00/0.75' 100/0.5" 100/0.5" 00/0.5' tn N N aCI) CMJ ENGINEERING INC. 16) as 62 21 41 16 PLATE A.6 2 0 0 0 Project No. 103-21-407 Boring No. B-6 Project Westside IV EST and Water Transmission Main CMJ Fort Worth, Texas ENGINEERING NC Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 11-11-21 Surface Elevation Type CME-75, w/ CFA it. - N O EE w 2 E o O •C n O IL a N • rn Stratum Description o 0 w CC a 0 a s v 3ffa ovt0. mai- mo Sac m0) ace o Dw a,E -2.� �o 4_ m E a� p - w u a a_ e .Dm 'oo 2U a. ❑v '• ca » it,N oEo c o o DULL CLAY, dark brown, w/ calcareous nodules, 4.5+ calcareous deposits, ironstone 58 17 41 17 108 11420 - nodules, and \ limestone fragments, hard 7- 100/1.5" — I LIMESTONE tan, w/ hard _ clay seams, to very hard I = 100/0.5" -5- 4 I I _ — — I I I —10-- Tt - moderately hard 9'-10' 100/6.5" I — —I _ I —15 00/1.25' I LIMESTONE gray, very hard —20-- I -----L�- 00/0.75' — I 100/0.5" ■■.■ n 25— LOG OF BORING NO. B-6 PLATE A.7 Location See Plate A.1 Completion Depth 25.0. 0 0 Completion Date 11.16-21 Surface Elevation Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Dry during drilling; dry at completion CME-75, wl CFA Stratum Description SILTY CLAY, dark brown, w/ abundant limestone fragments, hard LIMESTONE, tan w/ clay seams and layers, hard to very hard LIMESTONE gray, hard to very hard - w/ shale layers below 21' LOG OF BORING NO. B-7 U it 4.5 100/1.5" 100/1" 00/0.75' 00/0.75' 100/1.5' CMJ ENGINEERING INC 0 y m CO ID ac 10 PLATE A.8 0 4 0 0 0 0 0 0 Project No. 103-21-407 Boring No. B-8 Project Westside IV EST and Water Transmission Main CMJ Fort Worth, Texas erJcrNerawclNC. — Location See Plate A.1 Water Observations Dry during drilling; dry at completion Comp Depth etion 25 0' Completion Date 11-16-21 Surface Elevation Type CME-75, w/ CFA ill S — E N 2 E Cii `a N oft. V) Stratum Description o U w K o 0 O . LL 3�ti o maF- d F: Z me Nu;i au) 'g� ) a E JJ w+.; io E aJ wx m c a. u 2w Nv "o o �'U ti 0Q �J D Zio N w y oo.s cof o' DOD: = J, CLAY, da k brown, w/ iron stains, ironstone nodules, and limestone fragments, stiff to hard 3.0 22 99 4940 4.5+ 19 LIMESTONE tan moderately hard i —5 1 100/2.5" - LIMESTONE _ gray, w/ shale seams and layers, hard to very hard _ I —101 00/0.75' 15 - - I I - j II i —15— 100/1" - - I ` I —20 100/0.5" - - I —25-,7-1—= 00/0.751 — IMINIII_11111111111— LOG OF BORING NO. B-8 PLATE A.9 Project No. 103-21-407 Location Boring No. B-9 See Plate A.1 Completion Completion Date 11-16-21 Depth 25.0' —15 2 q 0 0 o to Surface Elevation Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Dry during drilling; dry at completion CME-75, wl CFA Stratum Description CLAY, dark brown, w/ calcareous nodules and limestone fragments, hard LIMESTONE, tan, w/ clay layers, hard to very hard mode ately hard above 4' LIMESTONE gray, w/ shale seams and layers, hard to very hard moderately hard below 24' LOG OF BORING NO. B-9 CMJ ENGINEERING INC. 4.5+ 51 19 32 18 100/1" 100/1" 00/0.75' 100/1" 100/2.5 PLATE A.10 Project No. 103-21-407 Boring No. B-1 O Project Westside IV EST and Water Transmission Main CMJ Fort Worth, Texas ENGINEERING INC. — Location See Plate A.1 Water Observations Dry during drilling; dry at completion Comp Depth etion 25 0' Completion Date 11-16-21 Surface Elevation Type CME-75, wl CFA LL. d o — E 2 E u) O N LL Stratum Description o U ce 0 0 LL 3nLL mat/-' �o N> a.iT) o vw JJ co a.,: an. .."-. w as te .gym 20 z oU D- _ v agc 2E� Don. CLAY, dark brown and brown, w/ iron stains, 2.5 ironstone nodules, and limestone fragments, 29 _— stiff to very stiff 3.75 80 25 55 23 _ hard below % - 4' 4.5+ — 5 20 103 11330 j4.5+ 76 20 56 21 i gy, 1 SHALY CLAM light brown and gray, w/ iron stains, — ' �iJ Ironstone nodu es, calcareous nodules, and gravel, 4.5+ . tic: : blocky, hard 19 — �ii i� 7 � Fri 4.5+ 15 111 5910 - w/ weathered limestone seams below 14' 15 rz,, vii ii4 - Fi 4.5+ 64 22 42 19 iii 2/ Aff 54 .Art tA0 LIMESTONE gray, w/ shale seams and layers, _ moderately hard to hard II —25 100/2„ — _ LOG OF BORING NO. B-1 O PLATE A.11 Project No. 103-21-407 Location Boring No. B-11 See Plate A.1 Completion Depth 25.0. —5 —11 LOG OF BORING 103-21J107-1.GPJ CMJ.GDT 1/21/22 0) E co Completion Date 11-11-21 Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Dry during drilling; dry at completion CMJ ENGINEERING INC. - Surface Elevation Type CME-75, w/ CFA Stratum Description CLAY, dark brown, w/ calcareous nodules and limestone fragments, very stiff CLAY, light brown, w/ calcareous nodules, ronstone nodules, and limestone fragments, very stiff to hard - w/ abundant weathered limestone seams and layers below 5.5' SHALE, gray, w/ limestone seams, moderately hard hard to very hard below 19' LIMESTONE gray, very hard 0 CC w 0 O C cc is: u- W o N O)• mn 4.0 0 N 0 2 0) a a) •0 of J J 64 tr E 21 43 20 4.5+ 51 16 35 11 123 15960 3.75 15 100/8.75' 4.0 55 16 39 16 112 5600 100/3.5" 100/1" 100/0.5" LOG OF BORING NO. B-11 PLATE A.12 Project No. 103-21-407 Boring No. B-12 Project Westside IV EST and Water Transmission Main CMJ Fort Worth, Texas Fncmreai�cwc. - Location See Plate A.1 Water Observations Dry during drilling; water at 5' at completion Completion Depth 40.0' Completion Date 11-11-21 Surface Elevation Type CME-75, w/ CFA Li. N - E m E N di ci N a C L o w Stratum Description e w K O K LL.co 3 0 u: o w co coal- coo .N m m am o p- ,a'_-,E zi �o .� m .2 a' - m -o� a_ � m 'o o �U zLL o v '- Ai D_i c yN ° g c o oo DUa SILTY CLAY, dark brown, w/ calcareous nodules 4.5+ _ _'"�'Y 46 19 27 10 j and limestone fragments, hard 100/4.25' I LIMESTONE tan, w/ clay seams, moderately hard I to hard very I I -_ I - -.FL 88 21 152 537984 1 -10- I 86 31 - - I II I -15 -I - - 71 40 141 32400 — 1 SHALE ___- gray, w/ limestone seams, moderately hard _ to hard -20-- - -=- 95 80 151 64080 25-= - __ - 100 85 137 30960 -30__- __ 80 56 -35_,=- - 96 73 -40.-_-_- __ __ LOG OF BORING NO. B-12 PLATE A.13 Project No. 103-21-407 Location Boring No. -1 B3 See Plate A.1 Completion Depth 40.0' OF BORING 103-21-407-1.GPJ CMJ. Completion Date 11-9-21 ace Elevation Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Seepage at 13'; dry at completion Type CME-75, wl CFA Stratum Description CLAY, dark brown, w/ calcareous nodules, iron stains, i onstone nodules, and limestone fragments, stiff SANDY SILTY CLAY light brown and light reddish brown, w/ calcareous deposits and limestone fragments stiff to hard SHALY CLAY light brown, light reddish brown, and gray, w/ calcareous nodules, calcareous deposits, ronstone nodules, and limestone fragments, blocky, hard LIMESTONE, tan SHALE, gray, w/ limestone seams and layers, moderately hard to very hard LOG OF BORING NO. B-13 cc 25 0 86 31 96 10 93 93 98 86 o mE aJ CMJ ENGINEERING INC. 1.75 64 17 47 25 46 15 31 5 11 117 17 108 4080 57 17 40 14 24 102 2970 202752 53568 PLATE A.14 Project No. 103-21-407 Boring No. B-14 Project Westside IV EST and Water Transmission Main CMJ Fort Worth, Texas e"ctNecaINctnc - Location See Plate A.1 Water Observations Dry during drilling; dry at completion Comp Depth etion 25.01 Completion Date 11-9-21 Surface Elevation Type CME-75, w/ CFA LL d -0 N E Stratum Description , o CC o 0 IZ m er v wire- maH (-NIU O oR N� ain o • QJ �e _ - a� - rn m as 2A- y« 20 OU » N N w ; N oaa u E Doc. CLAY, dark brown, w/ calcareous nodules and _ _%/ limestone fragments, very stiff 3.25 85 27 58 36 _ 3.25 31 92 4600 LIMESTONE, tan, �• weathered, soft 37 5 II ,,,, CLAY, light reddish brown and gray, w/ iron stains, ironstone nodules, calcareous 2.0 29 94 3290 nodules, and limestone fragments, stiff to very stiff 3.0 65 17 48 21 t / hard below 13' - 4.5+ 68 21 47 21 103 4260 i SHALY CLAY tan and ironstone gray, w/ nodules 15 and shale seams, blocky, hard �y ■,,,,�,■ ii LIMESTONE _ gray, w/ shale seams and layers, I hard to very hard _ I I j 00/0.75' —20— 1 I I I -I EMI 25 LOG OF BORING NO. B-14 PLATE A.15 Project No. 103-21-407 Location Boring No. B-15 See Plate A.1 Comp etion Depth 25.0' Completion Date 11-9-21 Project Westside IV EST and Water Transmission Main Fort Worth, Texas Water Observations Dry during drilling; dry at completion CMJ ENGINEERING INC. — Surface Elevation Type CME-75, wl CFA Stratum Description CLAY, dark brown, w/ ironstone nodules and limestone fragments, stiff to very stiff LIMESTONE; tan weathered, w/ clay seams, soft SANDY CLAY reddish brown and gray, w/ ironstone nodules, iron seams, calcareous nodules and gravel, very stiff to hard I1� 20 1 —25 LOG OF BORING 103-21-407-1.GPJ CMJ.GDT 1/21/22 SHALY CLAY gray, w/ calcareous nodules and shale seams, very stiff LIMESTONE, gray, w/ shale seams and layers, hard to very hard 0 Id 0 E J J 2.25 my a- mEr N •5 0 U 39 LL a' d :-J 81 2980 3.0 79 22 57 25 38 3 4.5+ 44 16 28 17 3.75 20 100 2960 100/0.5" 100/0.75' 100/1" LOG OF BORING NO. B-15 PLATE A.16 CMJ ENGINEERING INC. Project No. 103-21-407 Boring No. B-16 Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 11-9-21 LL 2 — E CO N E Surface Elevation Type CME-75, w/ CFA CI 0 ` LL v 3=u: males-- 0) ' N me y c aio o '.t. '�E Uo a- a71 P w a 2 L m o 5 2" OU Dn Ly w 2 co 0 f-Na0 DUa Stratum Description a U ce CLAY, dark brown, w/ ironstone nodules and fragments, stiff 1.75 69 26 43 32 limestone 1.5 21 ^ / CLAY, light brown, light nodules, and limestone reddish brown calcareous fragments, and gray, w/ deposits, ironstone stiff 1.5 P1 -5_ calcareous nodules, 2.5 64 18 46 15 2.5 17 103 2380 —10 4.5+ 17 109 7710 154 _ _— SHALE, gray, w/ limestone seams and layers, hard below 24' —_— - 1, - very moderately hard 100/3.5" —20 -25-- � 100/0.5" LOG OF BORING NO. B-16 PLATE A.17 Shear Stress, tsf 1.2 0.8 6. 3 2.5 -05 1. 0 0. Results + E iE- i f-t Si I-. E _de:—C EE'E'EEE�•► E. lair iir C, 1.105 Ir--_ El 1111111111 .EE 11EE3EE :an() E _ EEEEEE EE E 1 I ✓i11;11-1111111111111[LI E EEE1 EE 00111 E;EEEEEEE '■ E EEE EE° :E :■■li EE■E_ EE . .• EEE •�. pg Ea . E . E;n d EE C SEr 'EE E S E E' E EEEEE EE' III E E E 2 � 2A „„ 0 16 ■ 1 E EEE E -1 t j ( ( r .- 0 5 10 Axial S rain, % Normal Stress, sf Sample No. 1 c Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 21.0 104.9 96.5 0.5777 2.75 4.10 Type of Test: Unconsolidated Unchained Sample Type: Undisturbed Description: Clay, brown w/LS Rock Assumed Specific Gravity= 2.65 Remarks: a) a Water Content, % Dry Density, pcf Saturation, Void Ratio Diameter, in. Height, in. Strain rate, in./min. Back Pressure, psi Cell Pressure, psi Fail. Stress, tsf Ulf. Stress, tsf a, Failure, tsf a, Failure, tsf 21.8 104.9 100.0 0.5777 2.75 4.10 0.00 2.00 2.21 2.35 0.14 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 1.0'-3.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale, TX PLATE A_1R 2.5 2 N N P2 1.5 0 0.5 0 2.5 2 N P. 1.5 0.5 0 0% 1 0% 5% 10% 3 1.8 1.2 0.6 0 5/ 10% 0 N a) 2,5 2 1.5 0.5 0 2.5 2 N P. 1.5 0.5 0 2 0% 5% 10% 4 0/ 5/0 10% Peak Strength Total a= 1,11 tsf a= 0.0 deg tan a= 0.00 p, lsf 4 3 3,6 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 1.0'-3.0' Project No.: 103-21-407 M L Testing, LLC PLATE A.19 Shear Stress, tsf Deviator Stress, tsf 1.2 0.8 0. 1.5 1.25 1 0.7 O. 0.2 - Results 3. E 11 ■ ■ ■ ■ ■■ ■ ■ ■ ■•Ii.IIl 1 4, deg 0 ■ ■ ■ I- 'EEIII.1.1 Tn1 q ,1pli0.m73 11 1 111.111C11111111CI:E 1: E 1. E 19iC1l, 1lts(1f 1 o wil ilIl'iiIIm IIIIIMIII T11I IIIIIIp1ekIIrI:I. l•euMpel! 111: EE ili lilliiii 11i1" =E '1 • •■ 1r 1 1 11'1 E E'E 1 E■ EE . .1 0111'1 EEC 1 l CEC•1; 1pp .;■E�11; ■, 111 111■11 11■. ;1E1":;'; 91p1E; :rell; ■; p ; ; .I 2.4 .. ,. ,, 1A 2 0 1 WIC� ' 111111110/11111'11 1;;■ M 1111; :1 WAIN ECC1 PO. ri 1 ■1 ilml III& 0 25 Axial S rain, % 10 Normal Stress, sf Sample No. 1 Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 11.1 116.7 70.1 0.4181 2.75 3.15 Type of Test: Unconsolidated Undrained Sample Type: Undisturbed Description: Cale. clay, tan w/calc. nods Assumed Specific Gravity= 2.65 Remarks: m Q Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. Strain rate, in./min. Back Pressure, psi Cell Pressure, psi Fail. Stress, tsf Ult. Stress, tsf a1 Failure, tsf a, Failure, tsf 15.8 116.7 100.0 0.4181 2.75 3.15 0.00 8.00 1.47 2.04 0.58 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 9.0'-10.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale, TX PLATE A.20 1.6 t0 N • 1.2 O 5 0.8 0.4 0 2 1.6 m 1.2 a)• 0.8 O 0.4 0 0 0 0% 4% 8/0 3 0% 1.2 0.8 0.4 0 4% 8/0 1.6 0.4 0 2 1.6 d 0.8 0.4 0 0% 0% 4/0 8/0 4 4/ 8/ Peak Strength Total a= 0.73 tsf a= 0.0 deg tan a= 0.00 08 12 p, tsf 16 2 2.4 Client: P roject: Westside V Est and Transmission Main -Fort Worth Location: B-I3 Depth: 9.0'-10.0' P roject No.: 103 21 407 M L Testing, LLC PLATE A.21 08 12 p, tsf 16 2 2.4 Client: P roject: Westside V Est and Transmission Main -Fort Worth Location: B-I3 Depth: 9.0'-10.0' P roject No.: 103 21 407 M L Testing, LLC PLATE A.21 Shear Stress, tsf Deviator Stress, tsf 2.4 4 3 2 C, 4), T tsf deg an(?) Results 1.885 0 0 1.6 0.8 0 0 0.8 ■M • • • a • • ■ 1.6 2.4 Normal Stress, tsf lit !Pi ipd g 11111 am' ar IPI lin ik 2.5 - 5 7.5 10 Axial Strain, % Sample No. ifs Type of Test: Unconsolidated Undrained - Sample Type: Undisturbed Description: Clay, wthd. shaley Light tan & gray blocky Assumed Specific Gravity= 2.65 Remarks: co 1- Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 32 1 16.0 116.0 99.4 0.4257 2.75 3.91 4 4.8 Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. Strain rate, in./min. Back Pressure, psi Cell Pressure, psi Fail. Stress, tsf Ult. Stress, tsf a1 Failure, tsf a, Failure, tsf 16.1 116.0 100.0 0.4257 2.75 3.91 0.00 12.00 3.77 4.63 0.86 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 13.0'-15.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale, TX PLATE A.22 0 0) 0 5 4 3 2 0 0% 1 5 4 1 0 0% 5% 10% 3 l 2 0 5/0 10% 5 4 0 0% 2 5 4 N N 22 3 0) O N <0 a)2 0 1 0 0% 5/0 10% 4 5/0 10% a= a= tan a= Peak Strength Total 1.881sf 0,0 deg 0.00 5 6 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 13.0'-15.0' Project No.: 103-21-407 M L Testing, LLC PLATE A23 En9 ineerinc February 14, 2022 Kimley-Horn and Associs, Inc. 801 Cherry Street, Unit Suite 1300 Fort Worth, Texas 7610: Attn: Mr. Chris Igo, P.E RE: ADDENDUM #1 VISTSIDE IV ELEVATED STORAGE TAP AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS CMJ PROJECT NO. 103-21-407-1 Dear Mr. Igo: CMJ previously performer a geotechnical report for the above refrnced project and presented the results in CMJ Repc No. 103-21-407-1 dated January 21, 2=2 We understand butterfly valve vaults are plannecit ten locations along the planned trans ission main alignment. The vault structures will havE—a footprint of approximately 16 feet by . feet and will be situated at depths varying from 12--o 20 feet. Recommended geotechnic design parameters for the proposed vault structure: at these locations have been requested --nd are provided below. FOUNDATION RECOMMENDATIONS General Foundation Cc--isiderations Two independent desigr criteria must be satisfied in the selectio of the type of foundation to support the proposed beDw-grade structures. First, the ultimate baring capacity, reduced by a sufficient factor of safet-, must not be exceeded by the bearin( pressure transferred to the foundation soils. Seconl, due to consolidation or expansion of tl e underlying soils during the operating life of the strucures, total and differential vertical moven ents must be within tolerable limits. The majority of the prop( sed vault structures are anticipated to be situated in the tan limestone, gray limestone, or gray shale. The vault structures located at stations 1+55, 2+00, 45+75, CMJ Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com CM1 ENGINEERING, INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum #1 February 14, 2022 Page 2 of 6 48+00, and 76+21 may be situated in the very stiff to hard clays and shaly clays. The foundations for the proposed vault structures are planned to be mat foundations. Mat Foundations Foundation Design Criteria Reinforced concrete mat/slab foundations may be used to support structural loads for the proposed structures. Mat/slab foundations situated within the very stiff to hard shaly clays and clays may be designed for an allowable bearing capacity of 3.0 ksf. Mat/slab foundations situated within the tan limestone, gray limestone, or gray shale may be design for an allowable bearing capacity of 8.0 ksf. Observation by qualified geotechnical personnel should be conducted during construction to verify the bearing material, as discussed below. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table. For purposes of hydrostatic uplift design we recommend a ground -water level at the surface. It should be anticipated that excavation for the structure bases will need to incorporate dewatering to keep the excavations free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the bottom of the proposed excavation. Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of bearing materials become important. Mat foundations proportioned for this value should experience a total settlement of 1 inch or less, and a differential settlement of inch or Tess, after construction. Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum #1 February 14,2022 Page 3 of 6 Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. BELOW GRADE WALL RECOMMENDATIONS Lateral Earth Pressure General The below -grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground- water table. Equivalent Fluid Pressures Lateral earth pressures on the below -grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum #1 February 14, 2022 Page 4 of 6 foot of wall height, are presented in the table below for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. A ground -water level at the finished grade elevation should be used for design of the below grade structures. Pressures are provided for at -rest earth pressure conditions for rigid concrete walls. For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on - site soils should be used. Lateral Earth Pressures Backfill Material At -Rest Equivalent Fluid Pressure (pcf) Drained Undrained Excavated on -site clay or clay fill material 100 110 Select fill, flowable fill, or on -site soils meeting material specifications 65 90 Free draining granular backfill material 50 90 Additional Lateral Pressures The location and magnitude of permanent surcharge Toads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum #1 February 14, 2022 Page 5of6 Wall Backfill Material Requirements Granular Wall Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted during installation. Select Fill Behind Walls: All wall select backfill should consist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor Density. Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. On -Site Soil Backfill: For wall backfill areas with site -excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor Density. Below -Grade Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low -permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to a sump/pump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. Report 103-21-407-1 Addendum #1 February 14, 2022 Page 6 of 6 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, the below -grade structures should be designed to withstand full hydrostatic pressure below the ground -water table (undrained condition). We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. We appreciate the opportunity to provide this information. Please contact us should questions arise on information contained herein. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-9177 Matthew W. Kammerdiener, P.E. Project Engineer Texas No. 127818 iSyg,P1•EOF ' 4.:11at 1wgrar`itiexIq * ' /\ 1 *,'% ;MATTHEW W. KAMMERDIENERs I • e .0%. 127818 ice ® (1l�`\SS O ALgstsz® tit in copies submitted: (1) Mr. Chris Igo, P.E.; Kimley-Horn and Associates, Inc. (email) GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO \VSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 NTT WORTH Check type of contract: Construction REQUEST FOR BUSINESS EQUITY GOAL DEPARTMENT OF DIVERSITY AND INCLUSION -BUSINESS EQUITY DIVISION (DVIN-BE) 1 C/S/Pl 1 Professional (A&E) CMAR Professional (RFQ/RFP) Design/Build CFA Dept./Div. Name: Water First Advertise Date: 9/22/2022 IS THIS CONTRACT ASSOCIATED WITH TRV? Yes ❑ No ✓ Date Sent to DVIN-BE: 08/29/2022 Dollar value of TRV contract portion $ I ITB Bid Date : 10/20/2022 IS THIS A FEDERALLY FUNDED CONTRACT? Yes No IS THIS A CIP CONTRACT? Yes ✓ No IS THIS A BOND FUNDED CONTRACT? Yes 1 lNo ✓ If yes, what year Construction: IS THIS A LUMP SUM CONTRACT? Yes ✓ No Professional: IS THIS A FIXED FEE NOT -TO -EXCEED CONTRACT? Yes IS THIS A HOURLY NOT -TO -EXCEED CONTRACT? Yes IS THIS A COMBINED PROJECT? Yes IS THIS A REVISION? IS THIS A CHANGE ORDER? Yes No IS THIS AN AMENDMENT? Yes Yes No No No V Is this a Job/Task Order Contract? Yes No Enter# No ✓ Enter # If yes, enter the revision number Contractor: No Design Firm: Kimley-Horn Inc. If this is not the initial change order/amendment, submit copies of all previous change order/amendments regardless of whether a M&C was required for funding. BID/PROJECT NAME (Description Including Street Names): Westside IV Transmission Main (TM) - Aledo Rd to Westside IV Elevated Storage Tank (EST) Check applicable boxes ❑ Concrete Paving Asphalt Paving ❑ Drainage ✓ Water Sealer ]Other Alternates Capital/Bid Project# 103292-3 Other Project# TOTAL CONTRACT ESTIMATE: $ 11,510,000.00 (Please ATTACH individual sub -totals for contracts with multiple units/sections including contingency. If the documentation is not clear and concise, it will be returned to the department.) ■ Farida Godery, PE Buyer/Project Manager (PRINTED) EXT. x 8214 Buyer/Project Manager (SIGNATURE) DATE: 08/29/22 Point of Contact of Other than Buyer/PM: EXT. Check here to acknowledge that if pay item quantities are added to the proposal section after an Business Equity goal has been provided by DVIN - Business Equity Division, revised proposal must be submitted to DVIN - Business Equity Division for review. A compliance review will not be performed if additional pay items or quantities, which will potentially impact the Business Equity goal, are added to the proposal section after the issuance of the goal. THIS PORTION TO BE COMPLETED BY BUSINESS EQUITY DIVISION BUSINESS EQUITY GOAL: Comments: M/WBE Goal 6% DBE Goal MBE or SBE Goal (Project under previous BDE Ordinance) 0/ NI to Business Equity Division DVIN-BE Staff: EXT: 2679 DATE: 08-31-22 Effective 01-01-2021 GC-6.07 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESISIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juty 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCII 2023 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV ESP CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE MARCH 2023 Precinct #: UTILITIES COMPANY PERMIT Date: Permit It: Firm Name: Contact Person: Address: Phone: Email: 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 Duslcin at jfduskin@tarrantcounty.com 2. Roads are to be bored and not open cut. 3. Contact Gaylan Guy at (318) 572-8136, 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 TARRANT COUNTY FLOODPLAIN DEVELOPMENT PERMIT APPLICATION APPROVAL Permit No. 22-15 The Floodplain Development Permit Application submitted by Chris Igo (Kimlev-Born) and dated 04/26/2022, together with the accompanying documentation, if any, have been reviewed by the Tarrant County Floodplain Administrator. The Floodplain Administrator has determined that the Application for Proposed Development complies with the terms of Article 4 Section C of the Tarrant County Flood Damage Prevention Rules. Accordingly, Applicant is hereby granted a Floodplain Development Permit for the limited purpose of completing the Proposed Development as specified in the Floodplain Development Permit Application. This Permit expires on N/A , and Applicant will be required to submit another Flood Plain Development Permit Application for consideration and approval by the Floodplain Administrator if (1) Applicant desires to alter or change the Proposed Development from the specifications contained in the Application or (2) Applicant has not started or completed the Proposed Development by the expiration date of this Permit, but Applicant desires to go forward with starting or completing the Proposed Development. Because conditions and circumstances may change subsequent to the issuance of this Permit, Applicant is not guaranteed nor has the right to the approval and issuance of a subsequent Permit. APPROVED: EFFECTIVE DATE: Ii2LI/2-r. TARRANT COUNTY FLOODPLAIN DEVELOPMENT PERMIT APPLICATION INSTRUCTIONS: Complete all questions. If any item does not apply, indicate by place "NA" in the blank. DO NOT LEAVE ANY BLANK EMPTY. SECTION 1. OWNER INFORMATION PROPERTY OWNER'S FULL NAME' Farida Goderya (City Address: 200 Texas St. City: Fort Worth State: Texas Horne Phone: Work Phone: (817) 392-8214 eMail Address: Farda.Goderya@fortworthtexas.gov Is the Owner a Corporation or Partnership? rYes No If Yes, attach a letter on company stationery, sip ed by an authorized individual, authorizing the Applicant to file an Application on behalf of the company. Total Current Land Area: 3,590 912 Acres Vicinity Map Attached? ©Yes FINo Located in City ETJ: ❑ Yes 121 x of Fort Worth) Zip Code: 76102 Celt Phone: (817) 851-4910 SECTION 2. APPLICANT INFORMATION Same as Owner (if checked, skip to Section 3) APPLICANT'S FULL NAME' Chris Igo (Kimley-Horn) Applicant's Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State: Texas Zip Code: 76102 Home Phone: Work Phone: (817) 339-2258 Cell Phone: (806) 790-6987 eMail Address: Chns.lgo@kimley-horn.com SECTION 3. SUBJECT PROPERTY INFORMATION Street Address for the Subject Property (if established)': 10901 Aledo Rd City: Fort Worth, TX Legal Description: NA Lot: Block: Zip Code: 76126 Subdivision Section or Phase: If not located in a subdivision: Survey: Henry Lane Abstract: 928; SA&MG RR CO 1479 List the names of all roads by which the property can be accessed: Aledo Rd Recorded (Vol/Page): InSt. No, D221245221 O.P.R.T.C.T. No City Name: Fort Worth, TX If a 911 street address has not been assigned to the Subject Property, the Applicant must contact the 911 Coordinator at (817) to obtain an address. SECTION 4. PROPOSED DEVELOPMENT: DEVELOPMENT OF LAND (Check all that are applicable): ❑Clearing ❑Fi11 [-Wining Drilling Grading Excavating (except for structural development checked above) Watercourse Alteration (including dredging and channel modifications) ❑Road, Street or Bridge Construction Subdividing Name of Subdivision: Construction of Utility Type of Utility: Water Other (please specify): X DEVELOPMENT OF STRUCTURES (Check all that are applicable): Relocation ❑ Demolition n Repair Other: ['Xi New Construction ❑ Addition ❑ Remodel n Alteration ❑ Replacement STRUCTURE TYPE (Check all that are applicable): NA n Habitable Structure: Living Area: sf # of Bedrooms: ❑Single Family Residence (1 family) ❑Multi -Family Residence (2-4 families) Multi -Family Residence (more than 4 families) Mobile/Manufactured Horne Located in MHRC? ❑Yes ❑No Recreational Vehicle Commercial Type: Combined Use (Residential and Commercial): Type: Non -Residential ❑ Floodproofing Type: [1 Floodproofing Certification Attached ❑Non -Inhabitable Structure (specify): ❑Garage nStorage Building Barn Other: TYPE OF FOUNDATION: NA Building on Slab Building on Piers, Piles or Columns ❑Building with Basement PROJECT COSTS: NA Estimated market value of the existing Structure: $ Estimated cost of proposed construction: $ If the cost of the proposed construction equals or exceed fifty percent (50%) of the market value of the existing Structure, "Substantial Improvement" provisions shall apply. Contact the Floodplain Administrator at (817)884-1250 before proceeding. SECTION 5. ENGINEERING STUDIES AND DOCUMENTATION FIRM Map Panel: 48439CO270K x Zone A Site Plan attached? Construction Plans attached? Certification by Registered Engineer or Architect attached? Base Flood Elevation: NA Elevation of Lowest Floor: NA How was BEE determined? NA Flood Insurance Study (FIS) Date: Flood Insurance Rate Map (FIRM) Date: Flood Elevation Study Date: n Two -Foot Contour Map 1 x x x Zone AE Yes ( No Yes ❑ No Yes (1 No SECTION 6. CONSULTANTS: List all professionals involved in the preparation of this Application or any of the supplemental information provided herewith. Attach additional sheets, if necessary. REGISTERED PROFESSIONAL LAND SURVEYOR: Name: Richard Kennedy, RPLS (Gorrondona @ Associates, Inc.) Mailing Address: 2800 NE Loop 820, Suite 660 City Fort Worth State: Texas Zip Code: 76137 Work Phone:(817)496-1424Ce11 Phone: Fax Number: eMail Address: rkennedy@ga-inc.net PROFESSIONAL ENGINEER: Name: Chris Igo, PE (Kimley-Horn) Mailing Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State: Texas Zip Code: 76102 Work Phone: (817)339-2258 Cell Phone: (806)790-6987 Fax Number: eMail Address: Chris.igo@kimley-horn.com OTHER: Name: Joey Nelson, EIT (Kimley-Horn) Mailing Address: 801 Cherry St , Suite 1300, Unit 11 City: Fort Worth State:Texas Zip Code: 76102 Work Phone:(682)386-1782 Cell Phone:(682)429-8167 Fax Number: eMail Address: Joey.Nelson@kimley-horn.com OTHER: Name: Mailing Address: City: State: Zip Code: Work Phone: Cell Phone: Fax Number: eMail Address: SECTION 7. OWNEI2/APPLICANT'S ACKNOWLEDGMENT AND CERTIFICATION - By my signature below, I acknowledge that I have read and understand the following: 1. No work of any ldnd may start until a Floodplain Development Permit is issued by Tarrant County. 2. The Development Authorization Permit may be revoked if any false statements are made in this Application or its attachments. 3. The Development Authorization Permit expires if work in accordance with this Application is not commenced within 12 months of issuance or if the work is not completed within 24 months of issuance. 4. If the Development Authorization Permit expires or is revoked for any reason, all work must cease until a new Permit is issued. The Applicant will be required to submit a new Application with accompanying fees. 5. It shall be unlawful to use, occupy, or permit the use or occupancy of any building, development, or premises, or any part thereof, hereafter created, erected, changed, converted, altered, or enlarged until the development is in compliance with the Tarrant County Subdivision and Land Use Regulations and Tarrant County Manufactured Housing Rental Community Regulations. 6. Applicant may need other permits to fulfill local, state, and federal regulatory requirements. It is Applicant's responsibility to determine what permits are needed and to obtain these permits from the appropriate authorities. 7. Construction costs undertaken in accordance with this Application are Applicant's responsibility. Applicant is not permitted to erect permanent structures or signs on or over any portion of Tarrant County's right-of-way or within any established setbacks. 8. Applicant must construct the improvements in strict conformance with the plans and specifications submitted with this Application and as approved by Tarrant County. Failure to do so will result in Applicant being required to modify or re- construct the improvements at Applicant's cost. 9. Maintenance of' improvements remains the Applicant's responsibility, and the County retains the right to require any changes, maintenance, or repairs as necessary to protect life or property. I hereby certify to the following: 1. I have carefully read the complete Application and all its attachments and certify that all documents submitted are truc and correct. 2. There is no outstanding tax liability to Tarrant County on the Subject Property. 3. The Owner of the Subject Property, if different from the Applicant, has authorized the submittal of this Application. 4. As the Owner of the Subject Property or a duly authorized Applicant, I hereby grant permission to representatives of Tarrant County to enter the premises and make all necessary inspections and to take all other actions necessary to review and act upon this Application. Signature: tGG�, ogre P.E. Print Name: t J ark i y Date: dw f�-G/c)-0 32°40'01.7"N 97°32'04.4"W IN`d Co: 6 6 'ZZ/LZ/t 32°40'01.7"N 97°32'04.4"W - Google Maps is .. 3 3 ^1 K O 0 '`•I 0-ots .�Y0 et 3 8 S a S.q O. 0 r 0 Q Cr • 7 a a 0. er r 7 : I.' a -1 o 03•& Cr3 ▪ 0 a ;Y u, m r� o 7 tit • _, n In N * Sn y CL 0 3 up! ' 0, 1 r V ~' O A a CL 3 7 >= LI Pj !> 3 : eni Y i tl r� r� o mom. w I • o 04 CL 1 3 O to eU l U t1 S]3NVd dNli'd R) M r � 0 9 -I n▪ n n O • ce m• n. -. F1 X• 7 c t= 3 n 4) a 1 — 1 SV3 SV 213HI0 0 O LA e m p o atri <• 0 O- a. s m 0 0 N N .1E71 14( = Q el p-P0 Iy 53v o J • • .-. 3 m a m o •u o 0 0 m 0 ti 0 m m m 0 Q S n Siu 3 C r+ t) g rrrJ c+ V' o A n rl O '-~ -• 0 [L 3 -1 r4 x '1. O U 61 co ito O I0' a r to -11 1 r) c1 ¢ '3:a -. o rt,. a -1 r- 3 V r '0'. n C1 J 11 •• O n ^_ S. f, n tP rto r+ 01 0 f=• 0 00-1 3 '-12 0` U In 0_ o C hS co d r, -r a a r+. o n v o 3a;aa 60 r)3riy CJ : r� 0 amti r+ T a �. -h n) W p O 3 t j 0 6rO.r ti r.,c11np....0 Cu r. O jj; g T Z3 O_ rn ri r L - o Y• t a tilV, .T N m PItip aw p n tf Q fD 0 ' �, a is a, rL 3 gy ` c vns P Si3NVd dWd 0 0 r0 0 6 rT L 3Utl3SCE OU 0Jd r r • • • • 1 n ' r CO N v' n r{ r r. '" N n ,T1 C L 15 O"' -;)- - -1 r> 0 0 -74 it; c n0 R m a L�1 LT o o tc rt rt A CO a Fat Lc't r1 c n rJ 0 w (-) tst 1 1 1 E!ieti�ive LON1Rs ^J n O C_S -•• a a L+7 q cre- w Sc• (eMpoou ,uozernr)aa z 5 0) 7-1 t..�r 0 0 0) N 0) 0 r CD 7 a 4 n o 2 :et rr G . CR C j, s 1a z W r,g C o r a co tn '+ U ed p•,.o I, h s. r 0 1 - m T •1 0 Z, i 1 Ft r+ A.: o P z i r T m r1 -1 MIDSTREAM March 11, 2022 Fort Worth Water Department Project Manager Attn: Farida Goderya, P.E. — Senior 908 Monroe Street Fort Worth, TX 76102 Re: Letter of No Objection 36" Crossingunder SWG's Veale Ranch 9H 8" Pipeline (27533) and ProposedcWaterline Pipeline (27522), Tarrant County, Texas Veale Ranch 10" Expansion Dear Mr. Goderya: G" is in receipt of the City of Fort Worth's ("Fort Worth") SWG Pipeline, L.L.C. ("SWG") operate, inspect, repair, replace and/or remove a thirty-six ittchll Ent request to construct, maintain, op ) arl shown, described and detailed on the drawing(s) attached as Attawithin waterline, as more particularly a part hereof (referred to herein as the 'Fort Worth Facilitiessa overhr and/or Expansion 1 hereto and made unit to a portion of the Veale Ranch 9H 8"Pipeline and Veale the "SWG Facilitieson close proximity Pipeline and pipeline -related facilities operated by SWG (referredto ). p SWG desires to work with Fort Worth to ensure the continued safe operation of the SWG • • • serves as confirmation that SWG has no objection to the proposed construction, Worth , Facilities. This letter operation, inspection, repair, replacement, and/or removal of the o maintenance, p subject to the following qualifications and requirements: 1. Any plan changes, requiring excavation xcavation or other modifications to the Fort Worth Facilities, in SWG, prior to construction. ar eas near the SWG Facilities, must be preapproved, in writing, by 2. Review and/or approY pl ans of an or drawings by SWG shall not constitute p and • • SWG for their accuracy or sufficiency or conformity with applica ble law of any responsibility by Fort Worth shall be solely responsible therefor. representative agrees to provide advance notice (including email) to the SWG construction, 3, Fort Worth designated bel ow at least seventy-two (72) hours prior to the commencement Facilities or any construction, maintenance, operation, inspection, repair, and removal of the Fo�CWF Facilities. mainte p or machinery being located within twenty-five feet (25') of the 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 Fort Worth Water Department March 11, 2022 Page 2 SWG shall have the right to have a SWG representative on site to oversee any work or activity taking place within twenty-five feet (25') of the SWG 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 SWG Facilities, and SWG will not be liable to Fort Worth, its contractors, consultants or any other associated party for any costs or expenses associated with such suspension or termination. 4. All SWG pipeline locations and elevations must be field -verified. A SWG representative shall do all line locating. 5. No excavation is permitted within fifteen feet (15') of any SWG pipeline, except as otherwise permitted herein. 6. A minimum vertical clearance of forty-eight inches (48") must be maintained between any SWG pipeline and the Fort Worth Facilities. 7. No heavy equipment, such as backhoes, bulldozers and excavators, shall cross SWG's rights - of -ways without draeline mats installed over SWG's underground facilities. Dragline mat bridges shall be used to el minate excessive loads from being imposed on SWG's underground facilities. In addition, the maximum wheel load should be no greater than 25,000 lbs. for any equipment crossing SWG's underground facilities. 8. Fort Worth agrees to provide as -built drawings of the Fort Worth Facilities within thirty (30) days of SWG's request therefor. 9. Without limiting any of the foregoing, Fort Worth 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 SWG Facilities. 10. Fort Worth agrees to maintain and repair the Fort Worth Facilities and keep same in good condition at Fort Worth's sole expense. In no event shall Fort Worth remove any cover and/or decrease the grade from SWG's rights -of -ways, except as otherwise temporarily permitted herein for the construction of the Fort Worth's Facilities in accordance with the plans approved by SWG. After the completion of construction, Fort Worth shall restore all cover removed from the SWG rights -of -ways back to the condition that existed prior to construction. 11. In accordance with prevailing industry standards, Fort Worth will provide and maintain proper and effective protection to the SWG Facilities so as to prevent any damage resulting from Fort Worth's use of SWG's rights -of -ways. 12. Fort Worth will pay all damages caused to SWG's Facilities that results from the project described herein or the construction and/or maintenance of the Fort Worth Facilities. Fort Worth Water Department March 11, 2022 Page 3 13. To the extent permitted by the Constitution and laws of the State of Texas, Fort Worth agrees to indemnify, defend and hold SWG, 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 onable rneys' fees) tinclunyg,erson,ut ortdam damaourt ges ostroopety, caused byor ouotrofrtheal injury to or co construction, m death n any p any property, Y arising maintenance, operation, inspection, repair, replacement or removal of the Fort Worth Facilities, REGARDLESS OF WHETHER ARISING FROM OR ATTRIBUTABLE TO THE STRICT LIABILITY, NEGLIGENCE OR OTHER FAULT OF SWG OR THE INDEMNITEES OR ANY ACT OR OMISSION WHICH MAY RESULTWG OR THE OFINSTRICT TEEIAb I ITt to STATUTE OR UNDER COMMON LAW) UPON S the extent caused by the gross negligence or willful misconduct of SWG. 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. 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 Fort Worth of a right of way, easement, or any other interest, but only grants a permit for the limited encroachment across SWG's existing rights -of - ways as herein provided. Fort Worth will be responsible for securing any rights to the property from the owner of the on kes no warranty, express or implied, asrty to title tot the ch hproperty on which the Fort Worth Facilitie Fort Worth Facilities will be installed. es wiG ll be installed, and the consent herein given is subject to all prior grants, reservations, encumbrances, occupancy and crossing agreements, if any, whether made by SWG or others and whether or not of record. SWG consents to any encroachment by the Fort Worth Facilities only to the extent that SWG has the right to grant such consent. 15. It is agreed that SWG will maintain its prior rights and privileges. This letter neither supersedes nor negates any rights granted to SWG under SWG's agreement(s) and/or documents creating the SWG'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] Fort Worth Water Department March 11, 2022 Page 4 Please indicate your acceptance of the foregoing by executing in the space ro ' and returning a copy to Colin Brammell at colin.brammell@enlink.com. p p vided below ACCEPTED AND AGREED TO this City of Fort Worth Its: Authorized Representative Sincerely, SWG Pipeline, L.L.C. By: Name: Christop . Greneaux Title: Director of Land day of May 19, 2022 , 2022. 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 of the BKV Midstream LLC has reviewed the two attached plan sheets for crossings and approve separations at each crossing Please note 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 Nelsonkiml Sent: Monday, August 15, 2022 4:14 PM To: Charles Vaughan <CharlesVau¢han bkvcorp.com> Cc: Igo, Chris <chris.i okimley-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimley-horn.com>; g ' Warchesik, Shelby <�� ��-� Shelby Warchesikkimley-horn.com> Subject: RE: Fort Worth Walsh Property Gas Line Crossings Charles, Per your convers ation 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 Cherry 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 ��¢han�bkvcorp.com> To:'Charlesvaughan@bkvcorp.com' <Charles\�a c: I o Chris «kris i oCa kimley-horn.com>; Tatum, Jenifer <Jenifer Tatum kimley-horn.com>; C g, Warchesik, Shelby <Shelby Warchesikkimley-horn.com> Subject: Fort Worth Walsh Property Gas Line Crossings Good morning Charles, 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 Tines, and he has sent over the attached table and layout. We were instructed to go aheadre out to you about our individual projects. and reach I'm reaching out in regards to all the items with "Tatum, Kimley-Horn" listed as the Consultant Barnett Crossings Contacts excel file. These items include crossing numbers 1-3, 5-7 and 9. If a PM in the ll looks acceptable, could you send Letters (or single Letter if that's easier) of No Objection/Crossin Permits: one for items 1-1a, 2-3, 5 7, and finally one for item 9? g Please let us know if you need anything else beforehand. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 I Mobile: 682 429 8167 From: Vaughan, Charles <charles.w.vau han@exxonmobil com> Sent: Thursday, March 10, 2022 10:35 AM To: Nelson, Joey <Joey.Nelson @kimley-horn.com> Cc: Igo, Chris <chris.ihorn.com>; Cook, Cameron <cameron.cook e Williamson, Kenny <kenny.williamson exxonmobil com> xxonmobil com>; Subject: RE: Walsh Property Gas Line Crossings Joey Per our discussion on the phone please Zook at removing steel casing or give more se aratio 5ft or using a different protection cover over waterline. p n preferably 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.vau han@exxonmobil.com From: Nelson, Joey [mailto:Joey.Nelson @kimley horn com] Sent: Thursday, March 3, 2022 12:54 PM To: Vaughan, Charles <charles.w vauhan exxonmobil com> Cc: Igo, Chris <chris.i o@kimley horn com> Subject: Walsh Property Gas Line Crossings External Email - Think Before You Click Charles, for takingmy phone call this morning. As we discussed, we're designing one 4-inch 1-20 Thank you waterline and two 36-inch waterlines along the East property line of thehesik n Walsh property inbet coordinated n on. and Aledo Rd —just South of the waterline you and Shelby War as lines. Attached is a kmz of our We're showing a total of 9 crossings with 4 Barnett esitnesetghowingthe profiles for these crossings. alignments along with a few sheets from our 60% g Please let me know if you need anything else from our end. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 I Mobile. 682 429 8167 CONFIDENTIALITY NO TICE -- This email is intended only for the person(s) named in the message header. xemp t Unless otherwise indicated, it contains information that is confidential, privileged and/or re the sender from disclosure under applicable law. If you have received this message in error, please Y the error and delete the message. Thank you. From: Sent: To: Cc: Subject: Categories: David Knight <davidknight@bkvcorp.com> Monday, April 11, 2022 4:06 PM Nelson, Joey Igo, Chris RE: Fort Worth Waterline Crossing with BKV Barnett External You don't often get email from davidkni�htC�bkvcorp.com. Learn wh I! Joey: this is important It is a polyline. Also I reviewed thi s with the operations group, and we do not see any issues with the crossings based on your KMZ file of the proposed alignment, and the plan sheets. Thanks, David Knight Surface Landman BKV Corporation 1209 County Road 1304 Bridgeport, TX 76426 £tVBKV D. 940.208.1924 C. 940 210.3182 bkvcorp.com From: Nelson, Joey <Joey Nelson kiIlev-horn.com> Sent: Monday, April 11, 2022 2:22 PM To: David Knight <davidknightC«�bkvcorp.com> Cc: Igo, Chris <rhris igoCa kimlev-horn.com> Subject RE: Fort Worth Waterline Crossing with BKV Barnett David, I know you're sti ll reviewing the plans we sent over, but we wanted to verify the pipe material of that Saltwater Line in the meantime. — is that accurate? We have it shown as a 6" Cast Iron pipe Thanks, Joey Nelson, EIT Kimley-Horn 1801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 From: David Knight <davidknight@bkvcorp.com> Sent: Wednesday, April 6, 2022 9:42 AM To: Nelson, Joey <Joey.Nelson kimley-horn com> Cc: Igo, Chris <chris.igo@kimley-horn.com> Subject: Fort Worth Waterline Crossing with BKV Barnett Some people who received this message don't often get email from davidkni�htCa�bkvcorp com. Learn why this is important Joey: I received the email below from our Owner Relations group. Once 1 have been able to review t of this project 1 will get back to you as soon as I can. he scope Thanks, David Knight Surface Landman BKV Corporation 1209 County Road 1304 Bridgeport, TX 76426 CVBKV D. 940.208.1924 C. 940.210.3182 bkvcorp.com From: Nelson, Joey <Joey.Nelson kimley-horn com> Sent: Monday, March 28, 2022 4:52 PM To: BKV Land Owner Relations <bkvland bkvcorp com> Cc: Igo, Chris <chris.igo@kimley-horn.com> Subject: Fort Worth Waterline Crossing with BKV Barnett Good afternoon, The City of Fort Worth is installing two new 36-inch waterlines and a 42-inch that will cross a salt r line under BKV Barnett's ownership on the west side of Fort Worth. We are showing3 crossingswith 6 10 ft of clearance in between 1-20 and Aledo Rd, just west of Markum Ranch Rd E, and we are showing 6- crossing south of Aledo Rd with 14 ft of clearance. Attached is a location map, KMZ file of thepropose1 alignment, and our plan sheets showing the crossings. d Please let us know if y'all have a utility crossing form we need to fill out, if y'all have specific c requirements, or if you need anything else from our end. p tossing Thank you, Joey Nelson, EIT Kimley-Horn 1801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 17821 Mobile: 682 429 8167 CONFIDENTIALITY NOTI CE -- This email is intended only for the person(s) named in the message header. der xemp Unless othe rwise indicated, it contains information that is confidential, privilegedand/or e the sender m disclosure under applicable law. If you have received this message in error, please notify of the error and delete the message. Thank you. CONFIDENTIALITY NOTIC E -- This email is intended only for the person(s) named in the message header. xemp t Unless otherwise indicated, it contains information that is confidential, privileged and/or re the sender from disclosure under applicable law. If you have received this message in error, please y the error and delete the message. Thank you. From: Sent: To: Cc: Subject: Attachments: Categories: Stevenson, John <john.stevenson@energytransfer.com> Thursday, April 21, 2022 11:30 AM Nelson, Joey Igo, Chris; Watson, Ricky; Shierry, Stephen RE: 2022-0303-JS-KimleyHorn-City of Fort Worth Westside IV Tr Main Aledo Rd to WSIV EST 36in WL Constr-Fort Worth -Tarrant Co -TX Updated Exhibit A.pdf External Joey, See attached updated Exhibit A. Thank you, John D. Stevenson Project Manager - Encroachments Energy Transfer 1300 Main Street Houston, Texas 77002 0: 713.989.2833 C: 713.292.8949 From: Nelson, Joey <Jen> Sent: Thursday, April 21, 2022 10:56 AM To: Stevenson, John <iohn stevenson(«�ener�ytransfer.com> v watsonC�ener�vtransfer.com>; Cc: Igo, Chris «hris ieoCa kimley-horn.com>; Watson, Ricky <R��k, • - - - Shierry, Stephen <Stephen Shierrenerytransfer.com> 2022-0303-JS-KimleyHorn-City of Fort Worth Westside IV Tr Main Aledo Rd to WSIV EST Subject: RE.: 36in WL Constr-Fort Worth -Tarrant Co -TX John, Thanks for sendingthis information over. We will include all necessary items in our plans and contract documents to adhere to y'all's requirements. Attached is an updated exhibit, showing the correct size of 16" for y'all's pipeline instead of 8 thing. One d ted to note is the clearance is just shy of the 12' requirement stated in your email after updated the pipe diameter. Please let us know if that won't work. Thank you, 0 0 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: Stevenson, John <lohn.stevensonenerQ„transfer com> Sent Thursday, April 21, 2022 9:41 AM To: Nelson, Joey <Joey.Nelson kimley-horn com> Cc: Igo, Chris <chris.i�o kimley-horn.com>; Watson, Ricky <Rick .Watson e Stevenson, John <Lohn.stevensonCa�enervtransfer com>, Shierry, Stephen nervtransfer com>; <Stephen.Shierry ener�ytransfer com> y p Subject: RE 2022-0303-JS-KimleyHorn-City of Fort Worth Westside IV Tr Main Aledo Rd to 36in WL Constr-Fort Worth -Tarrant Co -TX WSIV EST Joey, Energy Transfer (ET) received an email and updated plans on April 19, 2022 concerning the project. At the subject location, ET does own, operate and maintain a 16-inch, steel, high subject sure natural gas pipeline (ET's Facilities). g pressure, ET has determined that the proposed improvements will not at this time cause any adjustments to be made to ET's Facilities and is agreeable to the proposed conditioned upon and subject to the acceptance of and adherence to the following conditions project City of Fort Worth Water District and or your contractor(s): g ns by The Adherence to the Energy Transfer Crossing Guidelines, attached. ET's agreement to the subject project is based upon the attached "Exhibit A." Should ou change, you must submit to ET one (1) set of revised drawings for review and a rovaly r design commencing any of the work on or near any ET Facilities. pp prior to ET Facilities shall be positively located before the Encroachments are constructed or installed near Facilities. ET requires that an absolute minimum clearance of 11-feet be maintained beneaththe s ET diameter of ET's pipeline and any of your facilities. Longitudinal occupancy of ET's right-of-way willnot not be be permitted. Soil compaction activities over ET Facilities require eight -inch liftsof backfillal compacted to a minimum proctor density of 95%. Soil backfill shall be compacted to the satisfaction ETonsite inspector so that settling does not occur. n of ET ET shall be notified at least 48 hours in advance of any construction or maintenance activit u contact the State approved notification center at 811, in addition to contacting ET's field repretie must ve Mr. Ricky Watson at (817) 774-1025 before commencing any Crossing at or near ET's Pipeline Facility. n Unless you otherwise notify ET in writing, your receipt of this conditional e-mail of acceptance shall be n deemed to be evidence of your acceptance of and adherence to the above terms and conditions. Thank you, John D. Stevenson Project Manager - Encroachments Energy Transfer n kvm_I ttreaGylGala _rno. S.htST-ft -W co'h_s'p ftto - I Ain 4/21/22 to 4Sr, uA ex ..iiiIJiiIi!jiIiIjIflhIIIi:::::iuu......... .■.. ■. .. .... ..■� MIME MEM i I ... :.i ■.■ ■■.I ■.■ p..■ —r' "..: . _=M Goa ■■■■.... ■..■ ..■ �ME ...ft=yr,—� ..■ .. .■■ ■..■ .■. ■.■ psalm - - x_._ _ __- •.■ ... ...■�E...m�..■■i�■■...... ........ a... ■.■ ..■. ■■. ■...�- - I.F:T28$leta m ag °13$js;' .^ k o n S i 4& tl ga.a o ^_ S • Z g i g i a° f O& e u• O S a 19 3 1 4 d t flat 1 R 3',°' 3 i e 3 i S e 4 a S p o ^1 a 3 c ° a u p in a �fggn ap •' 00 Yticgg\ano:a soa as!• °d ea ew$ it (33 ?c Fi^ § Vail 3 •a TLC a 1p• a a 0 zo o\S \ ?irk$ $,R' a,n a. 5°" S o = S c• S • • r a o a s • g- i i v d e a n v9 Rn• j' r °Re o0 8g ig �o gav a O C �. a a a• • a FD S. 53 P $. S2 \L4 3 ngso a g3 n ° o= ag T• g R"°° 3 �° 8 3: 20 p c ° " Q 9np. -,ae o' Sg qs Sr • ° '0 8a f SZ" II 3 S of � m v m w z 0 co z N 0 K 2 o s 4 0 S Zee S� v °gQ a .^. Is • o aflg i 5°C 90 .17 ••3o R 5 ° �• - �a 2a3. gs so Y 2 ^eg,e R a a ° • • e6 e oo gt o3 o act= 3 v3 s 3� .o e la 3 o sag n' et : p�- • 9 a ri ice^ ^ O g pY a-S • n 1 4 E s'r' \ 5 \ c: ^ • o ' eO • no aaa Q S€ g I. a n • e a 4 0•° • g c a 4 V? ° 5n3� R 3 a Ig a" �$" r a aa' °1 ✓ o go. S a` e O G 4 ll g ° p° a e a°• g 0 0 2�4e IgreI=gFaga$ a R C r o n c_ g C ¢• a C $$c4n g=:i ao g; o�.'�'» 318 1 °\ g°v e § s, c s ^e la S1 =3 v°e tog2e a s v 4a $ S o Q• w a t ; la 9 d S e 3 a og • �� s 3o.X,o �3 e_ _ o . ago a _- p ° i° b s R i p ° On "s; <$ a oa a Se gp a = S > 3 n . o s. a R 3-• g. S . ° 1 Swo c • 3 -sr.?) -i Q °a a^ U• .-.$ I . sS,n' 'a^ 0. e. A l u q °4 3 fa a _P. 0* g q o l $ vg O. -C 0 G C gg• : a u N a e R. a pia - u �� S a"3 �; •�; 8 a �z Qo o gp 3 g= a s: 3 a 58 g i. 9 -0 2' • . .a 4 NS S a' Si gz aa o g p ° � o 97 2 )4 3 = 3 e a a g a 3 C F8 a $ g), o n • a n • 3, 3 s ; s: g' gg ; R • 4 d . 3 ^ 3 SS ° o 2 3 • en S g fe • .e R. g 9 x f p a O D cD 0 -41 N v Nelson, Joe From: Sent: To: Subject Nelson, Joey Monday, January 30, 2023 5:53 PM Nelson, Joey Raw Water Main from Benbrook From: Tatum, Jenifer Sent: Thursday, May 5, 2022 2:01 PM rshaffer weatherfordtx. ov>, Bill Smith <wsmith@weatherfordtx. ov>; Randall Polston To: Rick Shaffer < <rpolston@weatherfordtx. ov> ___ weatherfordtx.gov> Cc: Igo, Chris «hris ioC�kimlev-horn.com>, Danny Cerveny <d___ven Subject: RE: Raw Water Main from Benbrook Rick, Agree. We will add a note fo r the contractor to notify Weatherford when construction in in the vicinity (similar to what gas companies require). ll have a cathodic protection system that will consist of a galvanic anode bed system. We are The transmission main wi e waiting on our subconsu Itant for final anode bed locations for this phase of the project. Once we hav et ose locatrial.We are ions, we can send the final design plans to you, if desired. The number of anode beds will depend upon pipe bidding Steel, Bar -Wrapped Concrete, and Ductile. Thank you, Jeni Tatum From: Rick Shaffer <rshaffern\�,Patherfordtx.gov> Sent: Thursday, May 5, 2022 1:34 PM To: Bill Smith <;,,;sm;thn weatherfordtx. ov>; Tatum, Jenifer <Jenifer Tatum@kimley-horn.com>; Randall Polston <rbolston weatherfordtx. ov> atherfordtx.ov> Cc: Igo, Chris <chris.igo@kimley-horn.com>; Danny Cerveny <dcervenvC� - \�,Paa Subject: RE: Raw Water Main from Benbrook Jeni, I agree with Bill that an imp pp act a ears to be unlikely. We would like to be notified when the contractor is working Worth's our pipeline though. Also, what type pe of cathodic protection (if any) is being installed on Fort ew pipeline? Rick Shaffer From: Bill Smith <wsmith weatherfordtx.ov> Sent: Thursday, May 5, 2022 1:06 PM Jenifer <ienifer•Tatum kimley-horn.com>; Randall Polston <rpolston@wev>hDann tnY To: Tatum, y Cc: Igo, Chris «hris i�oC�kimley-horn.com>, RickShaffer <rshaffer@weatherfordtx. o , g <dcerveny@weatherfordtxov> Subject: RE: Raw Water Main from Benbrook Jeni, It looks like an impact to our water Tine would be very unlikely. Unless Rick, Randall or Danny say that construction coordination is not necessary unless the contractor encounters an issue think otherwise, I would and we will inform ourthat could affect our water line. Please send us a copy of the record drawings when completed, in that area. staff that there is a crossing Rick/Danny, I attached map showing the approximate location of the crossing. Let me and J should be more involved with this project. eni know if you think we Thanks! Bill Smith, P.E., C.F.M. City Engineer City of Weatherford 917 Eureka Street Weatherford, Texas 76086 Office: (817) 598-4033 Fax: (817) 598-4140 tvsmith(2i\veatherfoidtx gov 84058 WEATHERF'ORO 1 It tl I ' I X A , From: Tatum, Jenifer <Jenifer.Tatum kimlev-horn com> Sent: Wednesday, May 4, 2022 1:52 PM To: Randall Polston <rpolston weatherfordtx Gov›; Bill Smith <wsmith weatherfordtx. ov> Cc: Igo, Chris <chris.i�o kimley-horn com> Subject: RE: Raw Water Main from Benbrook CAUTION: This email originated from an external sender. Do not click links or o en attac reco. nize the sender and know the content is safe. p hments unless you Bill/Randall, I know it's been a few months, but I wanted to let you know that our transmission mainproject Worth is in final design stages. We are anticipating advertising the project in Jul , or laterdepending for the City a Fort acquisition. Based upon our most current design (see attached), we are proposing to be 10.8' l uponr easement line. The crossing will be auger bored or hand tunneled with steel casingbelow your 36" Raw Water add to the plans for coordination with the City of Weatherford during construction? any provisions that we need to review? owe need to submit for a formal Thank you, Jeni Tatum From: Randall Polston <r olston@weatherfordtx eov> Sent: Friday, January 28, 2022 1:14 PM ro: Tatum, Jenifer <Jenifer.Tatum@kimlev horn com>; Bill Smith <wsmith weatherfordtx. o > iubject: RE: Raw Water Main from Benbrook v ;orry typo. 36" &mean- �ofston WEATHERFDRD TRUE. 11)c 4 V/ATE R UTILITIES From: Tatum, Jenifer <Jenifer Tatum@kimley-horn.com_> Sent: Friday, January 28, 202212 27 PM To: Bill Smith <wsmith@weatherfordtx. ov>; Randall Polston <rpolston@weatherfordtx.�ov> Subject: Raw Water Main from Benbrook CAUTION : This email originated from an external sender. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Bill and Randall, st f We are working on a transmission main project for the City of Fort Worth that crosses Aledo Road and UvPR R e t o as as Mark um Ranch Road. We have your raw water line listed as a 30" WL, but I noticed in that weld, an ARV RRand paiaydsthe 36" WL. Could you confirm what the correct size is? Attached is the SUEinformation We will be tunneling several feet below it records say it is 30", but we wanted to make sure we are showing it correctly. as we are trying to stay in the limestone (see attached ). Jenifer Tatum, P.E. Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 817 339 2282 1 Mobile: 817 992 5710 Connect with us: Twitter I Lin_ I Facebook Inst This message (and any associated files) is intended only for the use of the individual or entity to which it is addressed and maywithcontain confidential information or be subject to copyright. If you are not the int n ed ee recipient, t, s message, is strictly prohibited. If you you copying, or distribution of this mes u gemmed ately by replying to the message hereby notifiedthat any di have received this message in error, please notify your computer. Messages sent to and from the City of Weatherford may be monitored.eInternet and deleting it from corrupted, comm unications cannot be guaranteed to be secure or error -free as information coul dbe int b I ty for any errlost, r destroyed, arrive late or incomplete, or contain viruses. Therefore, we as a�esult of e-mail transmission. If verification is omissions present in this message or any attachments that have arisen required, please request a hard-copy version. Any views or opinions presented are solely those of the author and do not necessarily represent those of the City of Weatherford. From: Sent: To: Subject: Stuart, James <james.stuart@t-mobile.com> Wednesday, March 30, 2022 4:48 PM Nelson, Joey RE: Fort Worth Waterline Crossing with Sprint/T-Mobile Cable Categories: External uld beplenty of clearance under our facilities. Just have contractor turn in a dig It appears there sho p ticket and our technician will come out a double check our location and depth. Thanks James Stuart Sr Engineer Outside Plant -West Direct 972.791 8556 1 Mobile 214.929-2525 I games•stuart(a t-mobile.com From: Nelson, Joey <Joey Nelson kimley- orn. com> Sent: Wednesday, March 30, 2022 4:23 PM To: Stuart, James <iames stuart(a�t-mobile.com> Cc: Igo, Chris <chric n i�na kimley-hrn.com> Subject: Fort Worth Waterline Crossing with Sprint/T-Mobile Cable [External] Good afternoon James, The City of Fort Worth is installing a new 36-inch waterline that will cross a buried Fiber -Optic Cable ep under Spr/E. th int T-Mobile's ownership on the west side of Fort Worth. We're showing Rancharkum Rd r line with ad a of ^'24 feet and located in between 1-20 and Aledo Rd, just west of e is showing the crossing. ached is location map, KMZ file of the proposed alignment, and our plan sh if 'all have a utility crossing form we need to fill out, if y'all have specific hat would be crossing Please let us know y to hop on a call i requirements, or if you need anything else from our end. I'm also happy easier. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 Nelson, Joe From: Sent: To: Cc: Subject: Attachments: Categories: RP Utility <rp.utility@railpros.com> Thursday, March 16, 2023 2:48 AM Goderya, Farida Chris, Tatum, Jenifer; Nelson, Joey; Sholola, Tony; Sauceda, Norma; Utilities Office Igo , Staff Folder 0781199 (3303-99) Fort Worth, TX / Construction Observation Reand meBills UPRR Guidelines for Track Monitoring.pdf; Work Plan For .docx; Project g Form.pdf; RailPros Observer with Surcharge and Flagging pdf External You don't often get email from rp.utility@railpros.com. Learn whythis is important RailPros Observer (RailPros rates attached). \Third PartyFlagger and a R This utility installation has been assigned to have a Please have the responsible party for the RailPros invoice(s) complete and return the attached Project and Billing and I will reply with thenY pe fill d s out and submitted for review and I would recommend emailing the UPRR representatives (conand to veristact and any signal ns given in #5) atta_ fully executed UP Agreement andask forapproval to work on UP ROWroval email on file). I will wait for the return email from cables (RailPros cannot schedule your project without their app you with the necessary paperwork. I have updated / highlighted the Co nstruction Observation requirements that need to be complete before worktakes e UPRR ro ert . Please note that the Observer needs to be scheduled from the start of the place on, under or aMov position. underground installation until the utilityis in its final resting p uestions. We are here to help. Th e RailPros team looks forward to working with you. Please feel free to call with 99y 4a3726) for Construction • Chris Simone, Project Manager (christopher simone�railpros.com or Observation requirements questions Review Engineer (bao doan@ra1IPros.com or 346-719-7035) for Work Plan questions • Bao Doan, questions • Jason Murray, Director (iason murray(�railpros.com or 248-974-3362) for any q UPRR CONSTRUCTION OBSERVATION RE UIREMENTS — IMPORTANT — PLEASE READ RailPros. Also, it can take up to Be sure to reference your FOLDER NUMBER (referenced in subject line) in any below: 30 days to satisfy all the UPRR Construction Observation requirements 1. UPRR Utility Agreement — Fully Executed Contractor Right of Entry — Fully Executed UP Agreement is not on file with RailPros ros.com o Please forward the electronic copy 2. UPRRContractor the UP Agreement to utilities.office. 3. Flagger and RailPros Observer — Not Complete o Union Pacifics Th ird PartyFlagging Policy: www.u•.com real estate third art -fla::in: index.htm o Complete the attached Project and Billing form and return ro !l�ties o ffir•P staffC«�railps.com and the following applicable paperwork will be emailed for signatures etc.: o Observer Agreement o Flagger Quote and Services Agreement (SA) o Once all the Constructio n Observation requirements below are complete, RailPros can discuss scheduling IMPORTANT.• Please be aware that per the RailPros Agreement it is expected to have the consecutive days (Mon. Sat at a minimum for projects that extend into multiple weeks)tobr ddassitiond 4. Work Plan Form — Not Completeavoid additional fees. o Complete the attached Work Plan form and submit to utilities.office.staff rail ros.co m o Submit the Engineer Plan and Profile (Not the Exhibit A from the UP Agreement IMPORTANT: The Work Plan Form is required to verify the Contractor's methods and ) exceeding UPRR standards and practices and are the same approvedmaterials are meeting or 5. Locate UPRR Signal Cables — Not Complete in the UPRR Agreement. to Email the UP Mgr. Signal Mntce. Brad Dickey at rbdickey@up corn o Give the depth of the casing, the MP and Subdivision (given in Exhibit A of the UPRR A o Ask them to reply to your email with any instructions greement) IMPORTANT: Cc utilities.office staff@railpros com 6. UPRR Telecommunications ("Call Before U Dig") g ) —Generate or Renew o Go to UP: Groups o Open the link for 'New CBUD Ticket' and fill out the respective information and click Sub o Please forward the CBUD ticket to utilities.office staff@railpros com mit o To Renew an existing CBUD ticket, please open the link for 'Extend existing CBUD Ticke fill out the respective information and click Submit t (14 Days)' and o Please be aware that a CBUD takes a minimum of 96 business hours to become active days (this includes any CBUD renewal) and then active for 14 IMPORTANT: Each contractor who will be digging /drilling on UPRR property must be named on a ticket. "Safety is Union Pacific's #1 priority and extends to all who come on Union Pacific r : www.•.com aboutu. commu it properties." Union Pacific Property at index.htm Access Training (UP -PAT) can be found here: htt•susafet erailsafe u Please review the following link to ensure compliance with all UPRR PPE Requirements: htt•s: www.u•.com cs :rou.s •ublic • u•rr • su•.Iiers documents u• q.df ts: pdfnativedocs .df u• su. slier safet re.. Thank you, RP Utility Team . RAILPROS Rail isn't a part of our business, it IS our business. Phone: 682-223-5271 Utilities.office.staff@railpros.com From: Craig Benson <cobenson@up.com> Sent: Thursday, February 16, 2023 1:25 PM To: Goderya, Farida <Farida.Goderya@fortworthtexas.gov>; RP Utility <rp.utility@railpros.com> Cc: Igo, Chris <chris.igo@kimley-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimle -horos.com> <Joey.Nelson@kimley-horn.com>; Sholola, Tony <Anthony.Sholola@fortworthtexas rn.comc Nelson, Joey <Norma.Sauceda@fortworthtexas.gov> go Saueda, Norma Subject: RE: 0781199 (3303-99) - Pipeline - Fort Worth, TX, Union Pacific INCLUDE THIS EMAIL WHEN PROVIDING EXECUTED AGREEMENT TO LICENSEE OR CO THIS IS IMPORTANT INFORMATION ABOUT SCHEDULING THE WORK. NTRACTORS. \ttached is your original copy of our Agreement, fully executed on behalf of the Railroad representative enters the Railroad Company's property, a copy Company. When you or your ;ite to be shown on request to any Railroad employee or offial of this fully executed document must be available at the 2 flagger� at the IIn acc ordance with the terms of the Agreement, you are required to notify a Railroad approvedemail r providedodays in Manager of Signal Maintenance, and the Telecommunications ("Call Before You Dig") commence construction. v below, g advance of the date you plan on entering the right of way for further instructions andpp www.u•.com real estate third art -IIa::in: index.htm Brad Dickey MGR I SIGNAL MNTCE Email. rbdickey@u Cell Phone: 817/372-8966 Call Before You Dig: www.u•.com aboutu• communit telecom :rows index.htm As an additional note, the top of the casing must be a minimum of two feet below any existing fiber optic cable. Any open excavation required within five feet of the fiber optic cable must be dug by hand. Should you have any questions or concerns, feel free to reach out to me. Thanks, Craig Benson Union Pacific Railroad I Real Estate 1400 Douglas St, STOP 1690 1 Omaha, NE 68179 P: 402.544.8620 I cobenson up.com UNION PACIFIC BUILDING AMERICA' From: Goderya, Farida <Farida Godervafortworthtexas.gov> Sent: Wednesday, February 15, 2023 2:40 PM To: Craig Benson <cobenson@up.com>; rp.utilitV@railpros.cam Nelson, Joey Chris <chris ia° kimleV-horn.com>; Tatum, Jenifer <Jenifer Tatum@kimley-horn.com>, Cc: Igo, le-horn.com>; Sholola, Tony <Anthony Sholola@fortworthtexas.�ov>; Sauceda, Norma <Joe Nelson �kim V <Norma Sauceda@ fortworthtexas. ov> Subject: FW: 0781199 (3303-99) - Pipeline - Fort Worth, TX, Union Pacific * PROCEED W 1TH CAUTION This _ en ailw as sent from outside the C om pant Hello Craig and all, Pipeline Agreement for Westside IV Transmission Main (CPN 10322 See attached signed Union Pacific( UP ) 3); signed by City Secretary, Attorney, ACM and myself. This agreement needs to be signed by UPRR as wee the releas before it can be rec orded and assigned a City Secretary Contract (CSC) number; which allows us to funds. Please sign an d return this Agreement for execution and release of funds to UP Railroad. Call or email with questions. Regards. Farida Farida Gode y a PhD, PE j Senior Project Manager j Fort Worth Water Department (FWWD) , 3 Office: 817-392-8214 I Cell: 817-851-4910 I Farida.Goder a fortworthtexas. ov From: Tatum, Jenifer <Jenifer.Tatum@kimley horn.com> Sent: Monday, August 29, 2022 2:02 PM To: Goderya, Farida <Farida.Goder a@fortworthtexas eov>; Igo, Chris <chris.i o kiml Cc: Nelson, Joey <Joe y.Nelson@kimley horn.com> ey horn.com> Subject: RE: 0781199 (3303-99) - Pipeline - Fort Worth, TX, KHA CAUTION: This email originated from outside of the City of Fort Worth email system. Do unless you recognize the sender and know the content is safe. not click any links or open attachments Hello Farida, We are meeting internally today to answer your questions. We hope to respond tomorr ow. Thank you, Jeni Tatum From: Goderya, Farida <Farida.Goder Sent: Monday, August 29, 2022 11:43 AM To: Igo, Chris <chris.i Cc: Nelson, Joey <Joe Subject: RE: 0781199 (3303-99) - Pipeline - Fort Worth, TX, KHA Importance: High a@ fortworthtexasov> kimley-horn.com>; Tatum, Jenifer <Jenifer.Tatum horn.com> Hello Jeni/Chris and all, Did you get a chance to follow up on questions (needing input) below? FYI, waiting on your response, before I sent to Tony to start routing within the City! Call or email with questions. Regards. Farida Farida Goderya, PhD, PE j Senior Project Manager I Fort Worth Water Department (F Office: 817-392-8214 I Cell: 817-851-4910 I Farida.Goder a fortworthtexas. ov WWD) From: Goderya, Farida Sent: Monday, August 22, 2022 5:36 PM To: Igo, Chris <chris.igo@kimley-horn.com>; Tatum, Jenifer <Jenifer.Tatum kimle -ho Cc Nelson, Joey <Joe .Nelson kimley-horn.com> v rn.com> Subject: RE: 0781199 (3303-99) - Pipeline - Fort Worth, TX, KHA Hello Jeni/Chris and all, • As we spoke today, this Union Pacific Railroad Company (UPRR Co) i eline cr Westside IV Transmission Main (103292-3). p p ossing agreement is for • UPRR has named the file, based on their Folder No. 3303-99 and Mile Post: 259.04, • FMI and records, please send some details for the application process and w sentd tobdiviR. • Also, did you get a chance to find out (or look u hat was sent to UPRR. • FYI, I spoke with Tony Sholola, he mentioned Josh what was done last time on CFW project? osh Kercho has done one for the Clear Fork LS and force main. You may want to check with him! • I noticed on the agreement that it indicates M&C number and date? Does it does need to figure out who will do it? need an M&C, and if it 4 • I will route the agreement within the City and once the agreement is signed, we will pay directly to UPRR ($13,890), as indicated in the agreement. Confirm that is the right amount? Call or email with questions. Regards. Farida Farida Goderya, PhD, PE 'Senior Project Manager I Fort Worth Water Department (FWWD) Office: 817-392-8214 I Cell: 817-851-4910 I Farida.Goderva@fortworthtexas.gov From: Igo, Chris <chris.igo@kimlev-horn.com> Sent: Friday, July 29, 2022 7:16 AM To: Goderya, Farida <Farida.Goderya@fortworthtexas.gov> Cc: Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Nelson, Joey <Joev.Nelson@kimlev-horn.com> Subject: FW: 0781199 (3303-99) - Pipeline - Fort Worth, TX CAUTION: This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Farida, Good news! We received the UP license agreement that can be routed for signature and payment. Please see below, and let us know if you need anything else. Thanks, Chris Chris Igo, P.E. Kimley-Horn 1 801 Cherry Street, Suite91300, Unit 8171,Fort 35 Worth, TX 76102 Direct: 817 339 2258 1 Mobile: 806 790 687 1Main. 511 Connect with us: Twitter I Linkedln I Fac— I Iaa Celebrating 15 years as one of FORTUNE'S 100 Best Companies to Work For! From: Craig Benson <cobenson@up.com> Sent: Thursday, July 28, 2022 3:02 PM To: Igo, Chris <chris i og @kimlev-horn.com> • RP Utility <rp.utility@railpros.com> Cc: Nelson, Joey<Joey.Nelson(a�kimley-horn.com>, Subject: RE: 0781199 (3303-99) - Pipeline - Fort Worth, TX Revised agreement attached. UPRR is now accetin digital signatures and scans of signed agreements. Reply to this email with your partially p g executed document attached if you do not want to mail hard copies. If mailing the agreement, please print one copy, execute, and return to 1400 Douglas Street, Omaha, NE 68179-1690 Attn: Craig Benson, Manager - Real Estate. Send ACH payments to: • Name: Bank of America, Dallas, TX • Account = 3750920631 • Routing = 1110-0001-2 • Reference = Invoice Number (if applicable) or Folder Number Send Check to: Union Pacific Railroad Company 12567 Collection Center Drive Chicago, IL 60693 • Reference = Invoice Number (if applicable) or Folder Number UP does not currently offer a credit card option. Thanks, Craig Benson Union Pacific Railroad I Real Estate 1400 Douglas St, STOP 1690 I Omaha, NE 68179 P: 402.544.8620 I cobenson as up.com UNION, PACIFIC BUILDING AMERICA' This email and any attachments may contain information that is confidential and/or privileged for the intended recipient. Any use, review, disclosure co g sole use of the pying, distribution or reliance by others, and any forwarding of this email or its contents, without the express permission of the sender is strictly intended recipient, please contact the sender immediately, delete the e-mail and destroy law. i you are not the This em ail, and any attachm ents thereto, is in tended for use only by the addressees nam edcopies. collflcien tial and legally privileged irlfoini atioii . If you are no t the in tendedressee(s) > herein and m ay con taus notified dla t any d issem ma tion distribution or copyit1 o f dl is iec ip ieil t o f th is eni ail, you ale hereby g em ail, and any attachm en is the re to , is strictly p ioh ib ited . If you have received this eni ail in eno r, please notify the sender and peim anen t and any prh lou t thereof. Thank you. lY delete the oilginal ern ail CSC No. 58886 Audit 308255 Folder No. 3303-99 PIPELINE AGREEMENT Mile Post: 259.04, Baird Subdivision Location: Fort Worth, Tarrant County, Texas PIPELINE AGREEMENT ("Agreement") is made and entered into as of the 16th day of This byand between UNION PACIFIC RAILROAD February 2023 (Effective Date"), MS 1690, Omaha, Nebraska COMPANY, a Delaware corporation, to be addressed at 1400 Douglas Street, 68179 ("Licensor"), and CITY OF FORT WORTH, to be addressed at 200 Texas Street, Fort Worth, Texas 76102 ("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1. LICENSOR GRANTS RIGHT. d A. In consideration of the license fee to be paid by Licensee set forth bel'ohe n inrf further to consideration of the covenants and agreements to be pet formed by Licensee, ainta ii and operate an underground Licensee the right to construct and thereafter, during theterm in hereof,a 60 inch steel casing for transporting and 36 inch bar wrapped concrete cylinder ptpeli • only, including any appurtenances required for the operation of said pipeline (collectively, conveying water o y, ' Facilities" across Licensors real property, trackage, or other facilities o a e t dF rtut Worth, "Licensee's Facilities") The specific specifications andp Tarrant County, State of Texas ("Railroad Property"). P p for •Facilities on aloe , across and under Railroad Property are described in and shown on the Print Licensee's g and Specifications dated July 28, 2022, attached hereto as Exhibit A and made a part her P nt B. Licensee's Facilities will (i) only be used for transporting and conveying'e atehe 1 and (rise of be used to convey any other substance, any fiber optic cable, for int into during the life of this currently technologically possible, or whether such use may come Agreement. Licensee acknowledges that if it or its contractor provides Licensor with hdigital C' depicting Licensee's Facilities ("Digital Imaget•y"), Licensee authorizes Licensor to use ttit Digital imagery 1 Exhibit A. Licensee, through a license or otherwise, has the right to use the Digital Imagery in prepai it g and to permit Licensor to use the Digital Imagery in said manner. . Article 2. TERM. This Pipeline Agreement shall take effect as of the Effective Date first herein written and shall g continue in full force and effect. Article 3. LICENSEE FEE. Upon exe cution of this Agreement, Licensee shall pay to Licensor a one-time license fee of Thirteen Thousand Eight Hundred Ninety Dollars ($13,890.00). i l' &•_ i • ? 1 i�,.: _. tom' • is --t i', t t •Lt 1 •ii•l'J' a `L/ t_— iiit;:v itilleliii. KiEfItchiArmi (C6PI• " 'f-trAYARY 1,011.. '#tt&)fit till }, •0., i • Article 4, LICENSEE'S COMPLIANCE WITH GENER AL TERMS. All work on Licensee's Facilities performed by Licensee or its contractors will strictly comply with all terms and conditions set forth herein, including the General Terms and Conditions, attached hereto as Exhibit B and made a part hereof. Article 5. INSURANCE. URANCE. A. During the term of this Agreement, Licensee shall fully comply or cause its contractor(s) to fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part hereof. Licensee shall send copies of all insurance documentation (e.g., certificates, endorsements, etc.) to Licensor at the address listed in the "NOTICES" Section of this Agreement. B. If Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this Agreement, those statutes shall apply. Article 6. IF WORK IS PERFORMED BY CONTRACTOR. If a contractor is hired by Licensee to perform any work on Licensee's Facilities, then Licensee shall require its contractor(s) to execute Licensor's then -current farm of Contractor's Right of Entry Agreement ("CROE"). Licensee acknowledges that: (i) the CROE attached hereto as Exhibit D and made a part hereof is the most current form available as of the Effective Date; and (ii) the terms and conditions of the CROE are subject to change by Licensor, such changes to be made at Licensor's sole discretion. Licensee shall require its contractors to execute the CROE before any contractors are allowed onto Railroad Property pursuant Licensee's notification requirements set forth in the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of Exhibit B. Article 7. ATTORNEYS' FEES EXPEN SES AND COSTS. If litigation or other court action or similar adjudicatoy proceeding is undertaken by Licensee or Licensor to enforce its rights under this Agreement all fees, costs, and expenses, including, without limitation, reasonable attorneys' fees and court costs, of the prevailing Party in such action, suit, or proceeding shall be reimbursed or paid by the Party against whose interest the judgment or decision is rendered. The provisions of this Article shall survive the termination of this Agreement. Article 8. WAIVER OF BREACH. The waiver by Licensor of the breach of any condition, covenant or agreement herein contained to be kept, observed and performed by Licensee shall in no way impair the right of Licensor to avail itself of any remedy for any subsequent breach thereof. Article 9. ASSIGNMENT, A. Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of Licensor, which must be requested in writing by Licensee. Any assignment or attempted transfer of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise, without Licensor's written consent, will be absolutely void and may result in Licensor's termination of this Agreement pursuant to the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B. ndin B. Upon Licensor's written consent to any assignment, this Agreement wand adbe i inisg upon and inure to the benefit of the parties thereto, successors, heirs, and assigns, executors, Article 10. SEVERABILITY. Any provision of this Agreement which is determined by a court of competent determination, to hice invalid or unenforceable shall be invalid or unenforceable only to the extent of such shall not invalidate of otherwise render ineffective any other provision of this Agreement. Article 11. NOTICES. Except Licensee's commencement of work notice(s) required under Exhibit , all address listed l required by this Agreement must be in writing, and (i) personally served Nationally recognized overnight below ("Notice Address"), (ii) sent overnight via express delivery by deliveryservice such as Federal Express Corporation or United Parcel Service to the Notice Adylress, or express (iii) by certified mail, return receipt requested to the mail notices will bedeemedto be given three (3) days will be deemed to be given upon receipt. Certified m after deposit with the United States Postal Service. If to Licensor: Union Pacific Railroad Company Attn: Analyst — Real Estate Utilities (Folder No. 3303-99) 1400 Douglas Street, MS 1690 Omaha, Nebraska 68179 If to Licensee: City of Fort Worth Attn: Farida Goderya, P.E. 200 Texas Street Fort Worth, TX 76102 Article 12. SPECIAL PROVISION — ONSITE OBSERVATION/INSPECTION. Licensor requires licensee to provide monitoring of tracks and on -site ob rtion as and/or inspection through Licensor approved inspector named below during all construction tallation work. Licensee is to directly coordinate services with the named inspector. Railpros Field Services Email: RP.Utility@railprosfs.com Phone (682)223-5271 itC IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the Effective Date, UNION PACIFIC RAILROAD COMPANY, a Delaware corporation Craig Benson 2023.02.16 By' / 14:20:56-06'00' Title: Sr. Manager - Real Estate • 4,0• •••♦♦• . . • %���•j` fi`'.•♦'''.♦♦ ' tIt y `•! ,. 60. .4 L.,q 1 O II - �, ��,A♦ ..••. free ,\ • . • . ;: , • • • or • • • .QS •01 r CITY OF FORT WORTH, a Texas municipal coporation By: Title: Assistant 7 Approved as to Form and Legality: Matt Murray Assistant City Attorney Form 1295: N/A Attest: Latta. it\ J-40=cattie inette S. Goodall ty Secretary M&C:_N/A Date: N/A 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. Name: Farida Goderya, PE Title: Senior Project Manager S c I Lc !I , 'a , i.) p.p'OK NON-FLAMMABLE LIQUID PIPELINE CROSSING ENCROACHMENT DBOTH ■ D UPRR R.O.W. 236 5044 FT. 2760 FT. 9600 F T. 90 DEG. ANGLE OF CROSSING DESCRIBE FIXED OBJECT CROSSING TRACK AI do Rd. CA. DESCRIBE FIXED OBJECT CROSSING TRACK FM 2871 CA. -- NORTH— _—_—_-- UPRR R.U.W. PLAN se LEI NONE cc 3 o tO 1 q OUTER i TRACK too FT. 200 FT. VENT PIPE _N9_ FT. CASING PIPE CARRIER PIPE NBAFT. Y OUTER TRACK 1 ai; No 100 FT.---- FT.—`I I ..16_1.FT. 1 NA FT. - I TOTAL TRACKS ' SECTION SC LE: 110111 THE NOTES: T1. 2) REFER O AREMA VOLUME CHAP ER1 PART6 SECTION 5ERLINE OF TRA CKA A) METHOD OF INSTALLATION BORED AND JACKED B) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT 0 SIGNS PROVIDED? AT MINIIAUM SIGNS WILL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIALS Wr oa d�O11 Cvu - Ender -P343 IF RCP, CLASS V? NA . COMMODITY TO BE CONVEYED WATER OPERATIONALPRESSURE 159.— PSI MAOP 2 0 PSI. 36 IN. WALL THICKNESS (INCH)/ SCHEDULE CATHODIC/COATING PROTECTION YES E) CASING MATERIAL STEEL PIPE TOTAL LENGTH CASING PIPE: ;s91.— FT WALL THICKNESS Oa— 1N. DIAMETER 6U IN CATHODIC/COATING PROTECTION NES CASING PIPE IS SEALED AT THE ENDS. F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 6 AND 200 IF RCP, CLASS V? NA — DRAINAGE DITCH UNION PACIFIC NA FT LONGITUDINAL PIPE ENCROACHMENT GROUND SURFACE BUILDING AMERICA° EXHIBIT "A" SUBDIVISION: Datrd Sub. TRACK TYPE: MPdNIINE M.P.: 259.04 E.S.M.: 13677.32 NEAREST CITY: FORT WORTH LAT.: 3208 LONG.:-97.53055556 COUNTY: TARRANT STATE: TX APPLICANT: CITY OF FORTWORTH FILE NO.: 0330399 DATE: 7/202022 EXHIBIT B GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. A. The foregoing grant is subject and subordinate to the prior and continuing right and obligation of Licensor to use and maintain its entire property including the right and power of Licensor to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wirelines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Licensor without liability to Licensee or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad Property) and the right of Licensor to renew and extend the same, and is made without covenant of title or for quiet enjoyment. It shall be Licensee's sole obligation to obtain such additional permission, license and grants necessary on account of any such existing rights. Section 2. ENGINEERING REQUIREMENTS• PERMITS. A. Licensees Facilities will be designed, constructed, operated, maintained, repaired, renewed, modified, reconstructed, removed, or abandoned in place on Railroad Property by Licensee or its contractor to Licensor's satisfaction and in strict conformity with: (i) Licensor's current engineering standards and specifications, including those for shoring and cribbing to protect Licensor's railroad operations and facilities ("UP Specifications"), except for variances approved in advance in writing by Licensor's Assistant Vice President Engineering — Design or its authorized representative ("UP Engineering Representative"); (ii) such other additional safety standards as Licensor, in its sole discretion, elects to require, including, without limitation, American Railway Engineering and Maintenance -of -Way Association ("AREMA") standards and guidelines (collectively, "UP Additional Requirements"); and (iii) all applicable laws, rules, and regulations, including any applicable Federal Railroad Administration and Federal Energy Regulatory Commission regulations and enactments (collectively, "Laws"). If there is any conflict between UP Specifications, UP Additional Requirements, and Laws, the most restrictive will apply. B. Licensee shall keep the soil over Licensee's Facilities thoroughly compacted, and maintain the grade over and around Licensee's Facilities even with the surface of the adjacent ground. C. If needed, Licensee shall secure, at Licensee's sole cost and expense, any and all necessary permits required to perform any work on Licensee's Facilities, Section 3. NOTICE OF COMMENCEMENT OF WORI{• EMER GENCIES. A. Licensee and its contractors are strictly piohibited from commencing any work associated with Licensee's Facilities without Licensor's written approval that the work will be in strict compliance with the "ENGINEERING REQUIREMENTS; PERMITS" Section of this Exhibit B. Upon Licensor's approval, Licensee shall contact both of Licensor's field representatives ("Licensor's Field Representatives") at least ten (10) days before commencement of any work on Licensee's Facilities. B. Licensee shall not commence any work until: (1) Licensor has determined whether flagging or other special protective or safety measures ("Safety Measures") are required for performance of the work pursuant to the "FLAGGING" Section of this Exhibit B and provided Licensee written authorization to commence work; and (2) Licensee has complied with the "PROTECTION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's Facilities, Licensee or its contractor shall immediately contact Licensoes Response Management Communications Center at (888) 877-7267. Section 4. FLAGGING. A. Following Licensee's notice to Licensee's Field Representatives required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensor shall inform Licensee if Safety Measures are required for performance of the work by Licensee or its contractor on Railroad Property. If Safety Measures are required, no work of any kind may be performed by Licensee or its contractor(s) until arrangements for the Safety Measures have been made and scheduled. if no Safety Measures are required, Licensor will give Licensee written authorization to commence work. B. If any Safety Measures are performed or provided by Licensor, including but not limited to flagging, Licensor shall bill Licensee for such expenses incurred by Licensor, unless Licensor and a federal, state, or local governmental entity have agreed that Licensor is to bill such expenses to the federal, state, or local governmental entity. Additional information regarding the submission of such expenses by Licensor and payment thereof by Licensee can be found in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit B. If Licensor performs any Safety Measures, Licensee agrees that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement. C. For flagging, the rate of pay per hour for each flogger will be the prevailing hourly rate in effect for an eight -hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage, and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one- half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Licensor and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Licensee (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. D. Reimbursement to Licensor will be required covering the full eight -hour day during which any flogger is furnished, unless the flogger can be assigned to other railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flogger is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flaggers following the flaggers' assignment to work on the project for which Licensor is required to pay the flaggers and which could not reasonably be avoided by Licensor by assignment of such flaggers to other work, even though Licensee may not be working during such time. When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Licensee must provide Licensor a minimum of five (5) days notice prior to the cessation of the need for a flogger. If five (5) days notice of cessation is not given, Licensee will still be required to pay flagging charges for the days the flamer was scheduled even though flagging is no longer required for that pe►iod. An additional ten (10) clays notice must then be given to Licensor if flagging services are needed again after such five day cessation notice has been given to Licensor. Section 5. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of any work on Railroad Property performed by Licensee or its contractor, and takes precedence over any work on Licensee's Facilities to be performed Licensee or its contractors. Licensee shall be responsible for initiating, maintaining and supervising all safety operations and programs in connection with any work on Licensee's Facilities. Licensee and its contractor shall, at a minimum comply, with Licensor's then current safety standards located at the below web address ("Licensor's Safety Standards") to ensure uniformity with the safety standards followed by Licensor's own forces. As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any of Licensor's Safety Standards are contrary to good safety practices. Licensee and its contractor shall furnish copies of Licensor's Safety Standards to each of its employees before they enter Railroad Property. [http://www.up.com/cs/groups/public/a,uprr/a.suppliers/documents/up pdf nativedocs/pdf up supplier safety req.pdf] B. Licensee shall keep the job site on Railroad Property free from safety and health hazards and ensuie that their employees are competent and adequately trained in all safety and health aspects of the work. C. Licensee agrees that Licensee's Facilities and all parts thereof within and outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous, and uninterrupted use of the tracks, property, and facilities of Licensor, and nothing shall be done or suffered to be done by Licensee at any time that would in any manner impair the safety thereof. D. Licensor's operations and work performed by Licensor's personnel may cause delays in Licensee's or its contractor's work on Licensee's facilities. Licensee accepts this risk and agrees that Licensor shall have no liability to Licensee or any other person or entity for any such delays. Licensee must coordinate any work on Railroad Property by Licensee or any third party with Licensor's Field Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Licensor shall have the right, if it so elects, to provide any support it deems necessary for the safety of Licensor's operations and trackage during Licensee's or its contractor's construction, maintenance, repair, renewal, modification, relocation, reconstruction, or removal of Licensee's Facilities. In the event Licensor provides such support, Licensoi shall invoice Licensee, and Licensee shall pay Licensor as set forth in the LICENSEES PAYMENT OF EXPENSES" Section of this Exhibit B. Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and funds must be appropriated. F. Licensee may use unmanned aircraft systems ("UAS") to inspect Licensee's Facilities only upon the prior authorization from and under the direction of Licensor's Field Representatives. Licensee agrees that its use of UAS on Railroad Property will comply with Licensor's then -current Unmanned Aerial Systems Policy and all applicable laws, rules and regulations, including any applicable Federal Aviation Administration regulations and enactments pertaining to UAS. Section 6, PROTECTION OF FIBER OPTIC CABLE SYSTEMS. Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. In addition to the notifications required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensee shall visit up.com/CBUD to complete and submit the required form to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Licensee. If it is, Licensee shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will not commence any work on Railroad Property until all such protection or relocation has been completed. Section 7. LICENSEE'S PAYMENT OF EXPENSES. A. Licensee shall bear the entire cost and expense of the design, construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities. B. Licensee shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Licensee. Licensee shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Licensor, and so that the taxes, charges, and assessments levied upon or in respect to such property shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or fixture connected therewith placed upon such property, or on account of Licensee's interest therein. Where such tax, charge, or assessment may not be separately made or assessed to Licensee but shall be included in the assessment of the property of Licensor, then Licensee shall pay to Licensor an equitable proportion of such taxes determined by the value of Licensee's property upon property of Licensor as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B, Licensor shall have the right, if it so elects, to provide any Safety Measures Licensor deems necessary for the safety of Licensoe's operations and trackage during Licensee's or its contractor's construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, including, but not limited to supervision, inspection, and flagging services. In the event Licensor provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee's notice recipient listed in the "NOTICES" Article of this Agreement. Licensee shall pay to Licensor the total amount listed on such invoice within thirty (30) days of Licensee's receipt of such invoice. Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and funds must be appropriated. Section 8. MODIFICATIONS TO LICENSEE'S FACILITIES. A. This grant is subject to Licensor s safe and efficient operation of its railroad, and continued use and improvement of Railroad Property (collectively, "Railroad's Use"). Accordingly, Licensee shall, at its sole cost and expense, modify, reconstruct, repair, renew revise, relocate, or remove (individually, "Modification", or collectively, "Modifications") all or any portion of Licensee's Facilities as Licensor may designate or identify, in its reasonable discretion, in the furtherance of Railroad's Use. • B. Upon any Modification of all or any portion of Licensee's Facilities to another location on Railroad Property, Licensor and Licensee shall execute a Supplemental Agreement to this Pipeline Agreement to document the Modification(s) to Licensee's Facilities on Railroad Property. If the Modifications result in Licensee's Facilities moving off of Railroad Property, this Agreement will terminate upon Licensee's completion of such Modification(s) and all requirements contained within the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of this Exhibit B. Any such Modification(s) off of Railroad Property will not release Licensee from any liability or other obligation of Licensee arising prior to and upon completion of any such Modifications to the Licensee's Facilities. Section 9. RESTORATION OF RAILROAD PROPERTY. In the event Licensee, in any manner moves or disturbs any property of Licensor in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, then, Licensee shall, as soon as possible and at Licensee's sole cost and expense, restore Licensors property to the same condition as the same were before such property was moved or disturbed. Section 10. INDEMNITY. Definitions. As used in this Section: 1 • "Licensor" includes Licensor, its affiliates, its and their officers, directors, agents and employees, and other railroad companies using Railroad Property at or near the location of' Licensee's installation and their officers, directors, agents, and employees. 2. "Licensee" includes Licensee and its agents, contractors, subcontractors, sub -subcontractors, employees, officers, and directors, or any other person or entity acting on its behalf or under its control. 3. "Loss" includes claims, suits, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, settlements, liens, demands, actions, causes of action, fines, penalties, interest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses, investigation costs, and appeal expenses. B. Licensee shall, to the extent allowed by law and the Texas Constitution, release, defend, indemnify, and hold harmless Licensor from and against any and all Loss, even if groundless, fi•audulent, or false, that directly or indirectly arises out of or is related to Licensee's construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, removal, presence, use, or operation of Licensee's Facilities, including, but not limited to, any actual or alleged: 1. Bodily harm or personal injury (including any emotional injury or disease) to, or the death of, any person(s), including, but not limited to, Licensee, Licensor, any telecommunications company, or the agents, contractors, subcontractors, sub -subcontractors, or employees of the foregoing; 2. Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including, but not limited to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad Property, any property of Licensee or Licensor, or any property in the care, custody, or control of Licensee or Licensor; 3. Removal of person(s) from Railroad Property; 4. Any delays or interference with track or Railroad's Use caused the bycLicensee's s n e' activity(ies) on Rai!toad Property, including without limitation maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities, labor, materials, equipment, or machinery in conjunction therewith , 5. Right(s) or interest(s) granted pursuant to this Agreement; 6. Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination, breach, or environmental Loss; 7. Licensee's breach of this Agreement or failure to complywithL its pr visiof any including, but not limited to, any violation or breach by representations and warranties Licensee has made in this Agreement; and 8. Violation by Licensee of any law, statute, ordinance, governmental ►Fea raive order, rule, or regulation, including without limitation all applicable Railroad Administration regulations. C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST TICENSO EXTENT PERMITTED BY LAW AND THE TEXAS CONSTITUTION FOR ACTIVE AND ENE THE BEFIT OF NEGLIGENCE, EXCEPT WHERE THE LOSS IS CAUSED BY UC•I' OFLICENSOR AS DETERMINED IN A FINAL JUDGMENT BY A COURT OFGROSS NEGLIGENCE, OR WILLFUL COMPETENT OMET ENT JURISDICTION. Section 11. TERMINATION• REMOVAL OF LICENSEE'S FACILITIES. A. If Licensee does not use the right herein granted on Licensee's Facilities t Agreement one (1)pet year, or if Licensee continues in default in the performance of any provision of this default, Licensor may, at its of thirty (30) days after written notice from Licensor � ►item notice specifyingicensee o Licensee at the address listed in the sole discretion, terminate this Agreement by w "NOTICE S" Article of this Agreement. This Agreement will not terminate until Licensee complies with Paragtaphs "C" and "D" of this Section found below. B. Intentionally Deleted. C. Prior to the effective date of any termination described in this Section, Licensee shall asitilhome for submit as application >lication to Licensor's online Utility Contracts System at Mt s•//www �rpn' iieselocat d on Railroad Property ll removal, or if applicable, abandonment in place of UP Engineering �eer'mg Representative's approval of Licensee's ("Removal/Abandonment Work"). Upon theg xec application for the Removal/Abandonment Work, Licensor and Licensee shall et Wute a separate consent document that will govern Licensee's performance of the by }roadbed and/or trackage ork from those portions of Railroad Property notoccupied the ("Consent Document"). Licensor shall then restore the impacted Railroad e i perty Facitiesto . For sapr osor reasonably similar condition as it was prior to Licensees installation of Lice • of this Section, Licensee's (i) performance of the Removal/Abandonment Work, and (ii) restoration work will hereinafter be collectively referred to as the "Restoration Work". D. Following Licensee's completion of the Restoration Work, Licensee shall provide a written certification letter to Licensor at the address listed in the "NOTICES" Article of this Agreement which certifies that the Restoration Work has been completed in accordance with the Consent Document. Licensee shall report to governmental authorities, as required by law, and notify Licensor immediately if any environmental contamination is discovered during Licensee's performance of the Restoration Work. Upon discovery, the Licensee shall initiate any and all removal, remedial and restoration actions that are necessary to restore the property to its original, uncontaminated condition. Licensee shall provide written certification to Licensor at the address listed in the "NOTICES" Article of this Agreement that environmental contamination has been remediated and the property has been restored in accordance with Licensor's requirements. Upon Licensor's receipt of Licensee's restoration completion certifications, this Agreement will terminate. E. In the event that Licensee fails to complete any of the Restoration Work, Licensor may, but is not obligated, to perform the Restoration Work and seek reimbursement from Licensee. F. Termination of this Agreement for any reason will not affect any of rights or obligations of the parties which may have accrued, or liabilities or Loss (defined in the "INDEMNITY" Section of this Exhibit B), accrued or otherwise, which may have arisen prior to such termination. EXHIBIT C INSURANCE REQUIREMENTS In accordance with Article 5 of this Agreement, Licensee shall (1) procure and maintain at its sole cost and expense, or (2) require its contractors and subcontractors to procure and maintain, at their sole cost and expense, the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not Tess than $2,000,000 each occur rence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverage Insurance. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage) with a limit of not Tess $2,000,000 for each accident, and coverage must include liability arising out of any auto (including owned, hired, and non -owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: • "Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. C. Workers' Compensation and Employers' Liability Insurance. Coverage must include but not be limited to: • Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. If Licensee is self -insured, evidence of state approval and excess workers' compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. D. Environmental Liability Insurance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the • limits of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply as if each named insured were the only named insured; and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $4,000,000. Any retroactive date applicable to ELL insurance coverage under the policy must be the same as or precedes the Effective Date of this Agreement, and continuous coverage must be maintained for a period of five (5) years beginning from the time the work under this Agreement is completed or if coverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad Protective Liability Insurance. Licensee must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Licensor only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this Agreement. Notwithstanding the foregoing, Licensee does not need Railroad Protective Liability Insurance after its initial construction work is complete and all excess materials have been removed from Licensor's property; PROVIDED, however, that Licensee shall procure such coverage for any subsequent maintenance, repair, renewal, modification, reconstruction, or removal work on Licensee's Facilities. F. Umbrella or Excess Insurance. If Licensee utilizes umbrella or excess policies, and these policies must "follow foim" and afford no less coverage than the primary policy. Other Requirements G. All policy(ies) required above (except business automobile, workers' compensation and employers' liability) must include Licensor as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26 (or substitute forms) providing equivalent coverage). The coverage provided to Licensor as additional insured shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. BOTH LICENSOR AND LICENSEE EXPECT THAT LICENSOR WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in which this Agreement will be performed. I. Licensee waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Licensor and its agents, officers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Licensee required in this Agreement, where permitted by law. This waiver must be stated on the certificate of insurance. J. All insurance policies must be written by a reputable insurance company acceptable to Licensor or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the work is to be performed. K. The fact that insurance is obtained by Licensee will not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Licensor from Licensee or any third party will not be limited by the amount of the required insurance coverage. L. Licensee is allowed to retain (self -insure) in whole or in part any insurance obligation under this Agreement. Any retention shall be for the account of Licensee. If Licensee elects to retain (self -insure) in whole or in part any insurance required by the Agreement Licensee agrees that it shall provide Railroad with the same coverage that would have been provided to it by the required commercial insurance forms had Licensee obtained commercial insurance. For all coverage not retained (not self -insured) Licensee shall furnish Railroad with certificates(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. EXHIBIT D [FORM OF CONTRACTOR'S RIGHT OF ENTRY AGREEMENT TO BE ATTACHED] Folder No. 3303-99 EXHIBIT D CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Mile Post: 259.04, Baird Subdivision Location: Fort Worth, Tarrant County, Texas This CONTRACTOR'S RIGHT OF ENTRY AGREEMENT0("Agreement") ent")by is made between d entered UNION into as of the day of PACIFIC RAILROAD COMPANY, a Delaware corporation, to be addressed at 1400 Douglas Street, MS 1690, Omaha, Nebraska 68179 ("Railroad"), and ("Contractor"). , to be addressed at RECITALS: n Pipeline A. Railroad and City of Fort Worth identifiedinRailroad'sed records rto thas older at tar 3 03- 9, Agreement dated including any amendments or supplements thereto ("Railroad Agreement"), covering Licensee's construction, maintenance, and operation of an underground 36 inch bar wrapped concrete cylinder pipeline encased in a 60 inch steel casing for transporting and conveying water only, including any appurtenances required for the operation of said pipeline (collective) Licensee's Facilities"), across Railroad's real property, trackage, or other facilities located in Fort Worth, Tarrant County, State of Texas ("Railroad Property"). The specific specifications and limited purpose for Licensee's Facilities on, along, across and under Railroad Property are described in and shown on the Print and Specifications dated July 28, 2022, attached hereto as Exhibit A and made a part hereof. B. Contractor has been hired Facilities located on Railroad Property ("Work"). C. Railroad is willing to permit Contractor to perform the Work subject to the terms and conditions of this Agreement. by Licensee to perform on Licensee's IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1. DEFINITION OF CONTRACTOR. For purposes of this Agreement, all references Contractor's contractors, subcontractors, officers, agents their authority. Article 2. RAILROAD GRANTS RIGHT. Railroad hereby grants to Contractor during the Term (defined below), and subject to the terms and conditions of this Agreement, to enter upon and have ingress to and egress from Rail' oad Property for the sole purpose of performing the Work. Contractor acknowledges and agrees that Contractor's in this Agreement to Contractor will include and employees, and others acting under its or performance of the Work is strictly limited to the Work described in this Agreement, or as designated by Railroad's Field Representatives. Article 3. TERM; TERMINATION. A. This Agreement will commence on the Effective Date and will continue for one (I) year from the Effective Date, or until such time as Contractor completes the Work, whichever is earlier ("Tenn"). Contractor agrees to notify the Railroad's Field Representatives in writing when it has completed the Work. B. Notwithstanding the foregoing, this Agreement may be terminated by either party on ten (10) days written notice to the other party. Article 4. CONTRACTOR'S COMPLIANCE WITH GENERAL TERMS. Contractoi represents and warrants that Contractor will strictly comply with all terms and conditions set forth herein, including the General Terms and Conditions, attached hereto as Exhibit B and made a part hereof, in its performance of the Work. Article 5. CONTRACTOR'S COSTS FOR PERFORMANCE OF THE WORK. Contactor shall bear the entire cost and expense of performing the Work, including reimbursement of any costs set forth in the "CONTRACTOR'S PAYMENT OF EXPENSES" Section of Exhibit B of this Agreement. Article 6. INSURANCE A. During the Tenn of this Agreement Contactor shall filly comply or cause its contractor(s) to fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part hereof. Contractor shall send copies of all insurance documentation (e.g., certificates, endorsements, etc.) to Railroad at the address listed in the "NOTICES" Section of this Agreement. B. If Contractor is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this Agreement, those statutes shall apply. Article 7. ATTORNEYS' FEES, EXPENSES, AND COSTS. If litigation or other court action or similar adjudicatory proceeding is undertaken by Contractor or Railroad to enforce its rights under this Agreement, all fees, costs, and expenses, including, without limitation, reasonable attorneys' fees and court costs, of the prevailing Party in such action, suit, or proceeding shall be reimbursed or paid by the Party against whose interest the .judgment or decision is rendered. The provisions of this Article shall survive the termination of this Agreement. Article 8. DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the request of Railroad, Contractoi may remove from Railroad Property any employee of Contractor who fails to conform to the instructions of Railroad's Field Representatives in connection with the Work, and any right of Contactor shall be suspended until such removal has occurred. Article 9. ADMINISTRATIVE FEE. Upon execution of this Agreement, Contractor shall pay to Railroad a one-time administrative fee of One Thousand Dollars ($1,000.00), as reimbursement for Railroad's administrative processing of this Agreement. Article 10. NO ADDITIONAL CROSSINGS GRANTED. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad Property will be installed by or used by Contractor without the prior written approval of Railroad. Article 11. WAIVER OF BREACH. The waiver by Contractor of the breach of any condition, covenant or agreement herein contained to be kept, observed and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach thereof. Article 12. ASSIGNMENT. A. Contractor shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of Railroad, which must be requested in writing by Contractor. Any assignment or attempted transfer of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise, without Railroad's written consent, will be absolutely void and may result in Railroad's termination of this Agreement pursuant to the "TERM; TERMINATION" Section of this Agreement B. Upon Railroad's written consent to any assignment, this Agreement will be binding upon and inure to the benefit of the parties thereto, successors, heirs, and assigns, executors, and administrators. Article 13. SEVEN V. Any provision of this Agreement which is determined by a court of competent Jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such dete mination, which shall not invalidate or otherwise render ineffective any other provision of this Agreement. Article 14. NOTICES Except Contractor's commencement of work notice(s) required under Exhibit B, all other notices upon e required(N ice Address"), mustsent overnight via expresssdelive served by nationally recognizedsiness address overnigh below ("Notice Address"), (e) delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or (iii) by certified mail, return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be given upon receipt. Certified mail notices will be deemed to be given three (3) days after deposit with the United States Postal Service. If to Railroad: Union Pacific Railroad Company Attn: Analyst — Real Estate Utilities (Folder No. 3303-99) 1400 Douglas Street, MS 1690 Omaha, Nebraska 68179 If to Contractor: Legal Entity Name Attn: IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, a Delaware corporation By: Title: By: Title: LEGAL ENTITY NAME CC NORTH NON-FLAMMABLE LIQUID PIPELINE CD CL CC 5044 FT. 2750 FT. DESCRIBE FIXED OBJECT CROSSING Ndo Rd aL 199 FT. 200 FT VENT PIPE OUTER TRACK NA FT CASING PIPE CARRIER PIPE B UPRR R.O.W. ..�__ 236 FT. 9600 FT. CROSSING DENCROACHMENT DBOTH 361.OFT.; OFT.— I 1 TOTAL TRACKS 90 DEG. ANGLE OF CROSSING PLAN SCALE NONE C OUTER TRACK 100 FT. ---- i DESCRIBE FIXED OBJECT CROSSING TRACK FM 2871 CIL ¢13 SECTION SCALE: NONE NOTES: 1) ALL 2) REFER TO AIONS MEASURERENA VOLUMED. CHAPTER 1U ART PERPENDICLAR 5.THE CENTERLINE OF TRACK 5. SECTION 5. A) METHOO OF INSTALLATION BORED AND JACKED 8) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT • C) SIGNS PROVIOED7 AT MINIMUM SIGNS WILL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIALS w PPd Co Grinder PIPe1C-3o31F RCP, CLASS V7 Na -• COMMODITY TO BE CONVEYEDWATER -----------• OPERATIONAL PRESSURE 150 PSI. MOP 250 PSL DIAMETER 36 IN. WALL THICKNESS (INCH)/ SCHEDULE 1 CATHODIC/COATING PROTECTION YES E) CASING MATERIAL STEEL PIP_----- E------- TOTAL LENGTH CASING PIPE: 361 FT WALL THICKNESS o.�Bl IN. DIAMETER 60 CATHODIC/COATING PROTECT ROATED TETION YES ENDS. CASING PIPE IS THE F! DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 161 AND 200 IF RCP, CLASS V? IN. NA 161 FT. NA FT. DRAINAGE DI ICH UNION PACWIC 111111 =10 CD CL f I CC I1 NA FT LONGITUDINAL PIPE ENCROACHMENT GROUND SURFACE BUILDING AMERICA* EXHIBIT "A" SUBDIVISION: Baird Sub. TRACK TYPE: MAINLINE M.P.: 259.04 LONG.:-97.53055556 NEAREST CITY: FORT WORTH APPLICANT: CITY OF FORT WORTH COUNTY: TARRANT FILE NO.: 0330399 STATE: Tx DATE: 7/28/2022 EXHIBIT B TO THE CONTRACTORS RIGHT OF ENTRY GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. A. The foregoing grant is subject and subordinate to the prior and continuing right and obligation of Railroad to use and maintain its entire property including the right and power of Railroad to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wirelines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Railroad without liability to Contractor or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad Property) and the right of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. It shall be Contractor's sole existing rights. obligation to obtain such additional permission, license and giants necessary on account of any such Section 2. NOTICE OF COMMENCEMENT OF WORK• EMER GENCIES. A. Contractor is strictly prohibited from commencing any Work on Licensee's Facilities without Railroad's written approval that the work will be in strict compliance with (i) the "ENGINEERING REQUIREMENTS; PERMITS" Section of the Railroad Agreement, and (ii) this Exhibit B. Upon Railroad's approval, Contractor shall contact Railroad's Field Representatives at least ten (10) days before commencement of any Work on Licensee's Facilities. B. Contractor shall not commence any work until: (1) Railroad has determined whether flagging or other special protective or safety measures ("Safety Measures") are required for performance of the Work pursuant to the "FLAGGING" Section of this Exhibit B and provided Contractor written authorization to commence the Work; and (2) Contractor has complied with the "PROTECTION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's Facilities, Contractor shall immediately contact Railroad's Response Management Communications Center at (888) 877-7267. Section 3. FLAGGING. A. Following Contractor's notice to Railroad's Field Representatives required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Railroad shall inform Contractor if Safety Measures are required for performance of the Work. If Safety Measures are required, no work of any kind may be performed by Contractor or its contractor(s) until arrangements for the Safety Measures have been made and scheduled. If no Safety Measures are required, Railroad will give Contractor written authorization to commence the Work. B. If any Safety Measures are performed or provided by Railroad, including but not limited to flagging, Railroad shall bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state, or local governmental entity have agreed that Railroad is to hill such expenses to the federal, state, or local governmental entity. Additional information regarding the submission of such expenses by Railroad and payment thereof by Contractor can be found in the "CONTRACTOR'S PAYMENT OF EXPENSES" Section of this Exhibit B. If Railroad es forms o lisbanyfety es set forth Measures, in Contractor agrees that Contractor is not relieved of any of responsibilities is Agreement. C. For flagging, the rate of pay per hour for each flagger will be the prevailing a overtily iate in me in effect for an eight -hour day for the class of flagmen used during regularlythe work ed hoursanvn adme on accordance with Labo Agreements and Schedules in effect at the time performed. cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental to thel y sickness, Railroad Retirement and unemployment compensation, supplemental 011pension,Ctllal payroll. The ees Liability and Property Damage, and Administration will be included,p n osite charge will be the prevailing composite charge in effect at the time the work isapderforand cop g One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, bylowd one-half times current hourly rate for holidays. Wage rates are subject to change at tt any f time, a or or by agreement between Railroad and its employees, and may be es on retroactive lboras are also subject change. If a ruling of an authorized governmental agency Additional charges wa ge wa e rate or additional charges are changed, Contractor (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. D. Reimbursement to Railroad will be required covering the full eight-hourday dpuring which any flagger is furnished, unless the flagger can be assigned to other railroade tn of1 eik dayduring a which n of such day, in which event reimbursement will not be required willr lnalso be required for any day not the flagger is engaged in other railroad work. Reimbursement 11 worked bythe flaggers following the flaggers' assignment to work on the project for rO a which actually Railroad is required to pay the flaggers and which could not reasonably ay not bb avoe ideg duyng such Railroad assignment of such flaggers to other work, even though Contractor ° assign ran employee to a flagging position in e. When it becomes necessary foi Railroad to bulletin a cornpl fiance with union collective bargaining agreements, Contractor must provide Railroad ofminimum cessation of five (5) days notice prior to the cessation of the need for a flagger. If five (5) days notice o is given, Contractor will still be required to pay flagging charges for the days the flagger was scheduled, e ul d, not g , even though flagging is no longer required for that period. An additional datecessationnotice has been given be given to Railroad if flagging services are needed again after such five to Railroad. Section 4. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount recedeportance e over in the prosecution of any work on Railroad Property performedbContractor, ontrafor shall beresponsiblefor any Work on Licensee's Facilities to be performed by Contractor. with initiag, tin maintaining and supervising all safety operations and programs in connection Railroad's thenk on Licensee's Facilities. Contractor and its contractor shall, at a minimum Safe comply, StalndardS") to ensurecurrent safety standards located at the below web address ( forces. Asap t of Contractor's safety uniformity with the safety standards followed by Railroad's own Stand responsibilities, nsibilities Contractor shall notify Railroad if it determines that any of Rath oad's SafetyStandards a da ds dts o are contrary to good safety practices. Contractor shall furnish copies of Railroad's Safety each of its employees before they enter Railroad Property. Dutp://www.up.comicsiaroupsipublic/aupd@suppliers/documents/up Udf nativedocs/pdf up supplier safety reu.pdfj B. Contractor shall keep the job site on Railroad Property free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the Work. C. Contractor represents and warrants that all parts of Licensee's Facilities within and outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous, and uninterrupted use of the tracks, property, and facilities of Railroad, and nothing shall be done or suffered to be done by Contractor at any time that would in any manner impair the safety thereof. D. Railroad's operations and work performed by Railroad's personnel may cause delays in Contractor's or its contractor's Work on Licensee's Facilities. Contractor accepts this risk and agrees that Railroad shall have no liability to Contractor or any other person or entity for any such delays. Contractor must coordinate any work on Railroad Property by Contractor or any third party with Railroad's Field Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Railroad shall have the right, if it so the safety of Railroad's operations and trackage Licensee's Facilities. In the event Railroad provides Contractor shall pay Railroad as set forth in the Section of this Exhibit B. Section 5. elects, to provide any support it deems necessary for during Contractor's performance of the Work on such support, Railroad shall invoice Contractor, and "CONTRACTOR'S PAYMENT OF EXPENSES" PROTECTION OF FIBER OPTIC CABLE SYSTEMS Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and Toss of revenue and profits. In addition to the notifications required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Contractor shall visit up.com/CBUD to complete and submit the required form to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Contractor. If it is, Contractor shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Contractor's expense, and will not commence any work on Railroad Property until all such protection or relocation has been completed. Section 6. CONTRACTOR'S PAYMENT OF EXPENSES A. Contractor shall beat the entire cost and expense of performing the Work on Licensee's Facilities, including reimbursement of any costs set forth in this Exhibit B. B. Contractor shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the Work on Licensee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Contractor. Contractor shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Railroad, and so that the taxes, charges, and assessments levied upon or in respect to such property shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or fixture connected therewith placed upon such property, or on account of Contractor's interest therein. Where such tax, charge, or assessment may not be separately made or assessed to Contractor but shall be included in the assessment of the property of Railroad, then Contractor shall pay to Railroad an equitable proportion of such taxes determined by the value of Contractor's property upon property of Railroad as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B, Contractor shall have the right, if it so elects, to provide any Safety Measures Railroad deems necessary for the safety of Railroad's operations and trackage during Contractor's or its contractor's performance of the Work on Licensee's Facilities, including, but not limited to supervision, inspection, and flagging services. In the event Railroad provides such Safety Measures, Railroad shall submit an itemized invoice to Contractor's notice recipient listed in the "NOTICES" Article of this Agreement. Contractor shall pay to Railroad the total amount listed on such invoice within thirty (30) days of Contractor's receipt of such invoice. Section 7. RESTORATION OF RAILROAD'S PROPERTY. In the event Contractor, in any manner moves or disturbs any property of Railroad in connection with performance of the Work on Licensee's Facilities, then, Contractor shall, as soon as possible and at Contractor's sole cost and expense, restore Railroad's property to the same condition as the same were before such property was moved or disturbed. Section 8. INDEMNITY. A. Definitions. As used in this Section: 1. "Railroad" includes Railroad, its affiliates, its and their officers, directors, agents and employees, and other railroad companies using Railroad Property at or near the location(s) of Licensee's Facilities and their officers, directors, agents, and employees. d o s tr s c o 2. sub'subcontractors, eemployees,t officers,tandgdrecto s, orcany other person ror, entity acting on its behalf or under its control. 3. "Loss" includes claims, suits, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, settlements, liens, demands, actions, causes of action, fines, penalties, merest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses, investigation costs, and appeal expenses. B. Contractor shall release, defend, indemnify, and hold harmless Railroad from and against any and all Loss, even if groundless, fraudulent, or false, that directly or indirectly arises out of or is related to Contractor's performance of the Work on Licensee's Facilities, including, but not limited to, any actual or alleged: Bodily harm or personal injury (including any emotional injury or disease) to, or the death of, any person(s), including, but not limited to, Contractor, Railroad, any telecommunications company, or the agents, contractors, subcontractors, sub -subcontractors, or employees of the foregoing; 2. Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including, but not limited to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad Property, any property of Contractor or Railroad, or any property in the care, custody, or control of Contractor or Railroad; 3. Removal of person(s) from Railroad Property; 4. Any delays or interference with track or Railroad's railroad operations caused by Contractor's activity(ies) on Railroad Property, including without limitation the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities, labor, materials, equipment, or machinery in conjunction therewith ; 5. Right(s) or interest(s) granted pursuant to this Agreement; 6. Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination, breach, or environmental Loss; 7. Contractor's breach of this Agreement or failure to comply with its provisions, including, but not limited to, any violation or breach by Contractor of any representations and warranties Contractor has made in this Agreement; and 8• Violation by Contractor of any law, statute, ordinance, governmental administrative order, rule, or regulation, including without limitation all applicable Federal Railroad Administration regulations. C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT PERMITTED BY LAW FOR THE BENEFIT OF RAILROAD TO LOSSES CAUSED BY, ARISING FROM, RELATING TO, OR RESULTING FROM, IN WHOLE OR IN PART, THE NEGLIGENCE OF RAILROAD, AND SUCH NEGLIGENCE OF RAILROAD SHALL NOT LIMIT, DIMINISH, OR PRECLUDE CONTRACTOR'S OBLIGATIONS TO RAILROAD IN ANY RESPECT. NOTWITHSTANDING THE FOREGOING, SUCH OBLIGATION TO INDEMNIFY SHALL NOT APPLY TO THE EXTENT THE LOSS IS CAUSED BY THE SOLE, ACTIVE AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCT OF RAILROAD AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION. EXHIBIT C TO THE CONTRACTORS RIGHT OF ENTRY INSURANCE REQUIREMENTS In accordance with Article 6 of this Agreement, Contractor shall (1) procure and maintain at its sole cost and expense, or (2) require its contractors and subcontractors to procure and maintain, at their sole cost and expense, the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, WHICH MUST BE STATED ON TIIE CERTIFICATE OF INSURANCE: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverage Insurance. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage) with a limit of not less $2,000,000 for each accident, and coverage must include liability arising out of any auto (including owned, hired, and non -owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: • "Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. C. Workers' Com ensatioi and Em ►o ers' Liabilit V Insurance. Coverage must include but not be limited to: • Contractor's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. If Contractor is self -insured, evidence of state approval and excess workers' compensation coverae must be provided. Harbor oCoverage must Workers' Act, the Jones Act,a and the Outeaarising ContinentalAct, ifShellf Land appl cable oremen's and D. Environmental Liability Insurance. Environmental Legal Liability hnsurance (ELL) applicable to bodily injury, property damage, including Toss of use of damaged property or of property that has not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply as if each named insured were the only named insured; and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $4,000,000. Contractor policy i thesame as or precedes retroactive date precedes the EffectiveDa Date of this IAgre ELLicable to insurance me nt, andtl tcontinuous covrage will be maintained for a period of five (5) years beginning from the time the Work under this Agreement is completed or if coverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad Protective Liability Insurance. Contractor must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this Agreement. Notwithstanding the foregoing, Contractor does not need Railroad Protective Liability Insurance after its initial construction work is complete and all excess materials have been removed from Railroad Property; PROVIDED, however, that Contractor shall procure such coverage for any subsequent maintenance, repair, renewal, modification, reconstruction, or removal work on Licensee's Facilities. F. Umbrella or Excess Insurance. If Contractor utilizes umbrella or excess policies, and these policies must "follow form" and afford no less coverage than the primary policy. Other Requirements G. All policy(ies) required above (except business automobile, workers' compensation and employers' liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26 (or substitute form(s) providing equivalent coverage). The coverage provided to Railroad as additional insured shall not be limited by Contractor's liability under the indemnity provisions of this Agreement. BOTH RAILROAD AND CONTRACTOR EXPECT THAT RAILROAD WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in which this Agreement will be performed. I• Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Contractor required in this Agreement, where permitted by law. This waiver must be stated on the certificate of insurance. J. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the Work is to be performed. K. The fact that insurance is obtained by Contractor will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insurance coverage. WORK PLAN IUnion Pacific Railroad Folder Number: 1 I Date Submitted to RailPros Field Services; Work Plan Directions: This project has been identified by Union Pacific Railroad (UPRR) as requiring third party construction observation. RailPros will be providing the Construction Observation services for this project and is here to assist in moving this project to completion. The Union Pacific Railroad Real Estate Agreement outlines the requirements and standards for this installation. This work plan describes the specific details of the project, in terms of the site layout, schedule, means and methods, and general requirements,to ensure compliance with the agreement. This work plan, once released, is the basis that the Construction Observer will assess the work. Any field changes from the work plan shall be submitted via email to utilities.office.staff@railpros.com for review and mus meet or exceed UPRR and/or AREMA standards. t Work Plan Submittal Check List: (Please check off all requirements in list, or strike through text if item is not required) 1. Engineering Plan and Profile (Exhibit A does not qualify): a. Mark locations of launch and receiving locations. b. Dimension the distances from the centerline of track and any existing utilities. c. Dimension depth of excavation. d. Railroad right of way and railroad tracks clearly outlined 2. Track Monitoring Plan Of required): a. See attached Track Monitoring Guideline (pdf) 3. HDD Installations Only: a. Inadvertent Return Contingency Plan (Frac-Out Plan) b. HDD Plan Requirements 4. Shoring Plan Only for excavation within UPRR property and Zone A or Zone B: a. Calculations for shoring within zone a. b. Cut sheets for proprietary systems as applicable. c. Description of shoring to include but is not limited to: d. Exploration (pot holing) e. Demolition f. Excavation g. Fall protection/confined space entry h. Work process i. Backfill j. Close-out k. Contingencies which include weather events and hazmat I. Reference the following Zink to assure compliance. Https://www.up.com/cs/groups/public/@uprr/@customers development/@ cifications/documents/up pdf nativedocs/pdf up str temp-shording.pd operationsspecs/@spe Prime Contractor Contact Name: Email Address: Phone Number: Note: The field contact will be asked to sign the daily report to verify hours. Sub -Contractor (if performing the installation) Contact Name: Email Address: Phone Number: Note: The field contact will be asked to sign the daily report to verify hours. Project Information Item Lat/Long (Decimal Form) Method of Installation (HDD, Jack and Bore, Etc.) Depth from top of pipe to base of rail Distance from face of receiving pit to Nearest Track CL Distance from face of jacking pit to Nearest Track CL Excavation depth of jacking pit from base of rail Excavation depth of receiving pit from base of rail Estimated Start Date Estimated Project Duration (on, under, or above UPRR property) Will there be hot work within UPRR ROW? (welding, open flame, cutting, etc.) Response Item Number of Tracks Casing Pipe Length Casing Pipe Type Casing Pipe Diameter Casing Pipe Thickness Carrier Pipe Type Carrier Pipe Diameter Carrier Pipe Thickness Is the crossing within a roadway? Will there be abandonment work within UPRR ROW? Response wo er, or Descrp i tion of Work: Provide a description of Means and Methods the contractor will use to complete therauthorizedob UPrk Engenders g above UPRR property. Excavation or potholing within 15 feet of track centerline & Modelceptable, unless pp Machine Equipment: Description of Process: 1. 2. 3. 4. 5. 6. 7. 8. https://www.up.com/cs/groups/publia@uprd@suppliers/documents/up pdf nativedocs/pdf up supplier safety req.pdf Trac k M k M t . Plan is required in accordance with the UPRR Track Monitoring Guideline (attached). If work is Please review the following Zink to ensure compliance with all UPRR PPE Requirements. onitoring: TracMonitoring occurring in more than one (1) shift, Track Monitoring is required during all shifts. Send track monitoring data to utilities.office.staff@raiipros.com. Survey Company: Name of Surveyor: Will you be using adhesive targets for the track monitoring? Yes or No Description of Process: 1. 2. 3. 4. 5. 6. 7. 8. 1 Instrument: Please review the following link to ensure compliance with all UPRR PPE Requirements. // htt s: www.up.com/cs/groups/public/@uprr/@suppliers/documents/up pdf nativedocs/pdf up supplier safety req.pdf p Customer Project Information Sheet Please fill in each cell for processing UPRR Agreement Folder Number(s) (example 1234-56): Estimated Start Date for Construction On, Under, or Above UPRR ROW: Union Pacific's Third Party Flagging Policy: Estimated Duration (in days) for Flagger (CIC): www.up.com/real estate/third-party-flagging/index.htm Estimated Duration (in days) for RailPros Observer: Estimated Work Schedule (example Mon. — Sat.): Daily Start Time / End Time (example 0700 to 1700 etc.): ' Two: Field Contact Person(s): Mobile Phone Number(s): Email Address(s): Project's Location (City / State): Railroad Subdivision: Railroad Mile Post(s) (MP): Section Three: Project Description (example HDD, Jack and Bore, Encroachment, Underground or Overhead Pipeline / Wireline crossing, etc.): What type of equipment will be used? How close will the equipment be to the tracks (in feet)? I If instructed by the Railroad, please have all the on -site personnel complete the Railroad SafetyTraining g listed below: "Safety is Union Pacific's #1 priority and extends to all who come on Union Pacific properties." Union Pacific Pro ert Access Training (UP -PAT) can be found here: UP UP Property Access Training p y By checking this box, I acknowledge that if any ground will be disturbed or excavated upon UPRR property, that I will comply with UPRR Specifications and contact the local UPRR representatives (MTM and/or MSM), in accordance with my UPRR Agreement. I acknowledge Additional Comments: RAILPROS PIE L 0 SERVICE S Customer Billing Information Sheet Section Four Billing Information (Responsible Party): Please fill in each cell for processing Company Name: Contact Name: Street Address: City / State / Zip Code: Phone Number: Contact Name Email Address: Do you need a W-9? How would you like to receive the RailPros Invoice(s)? Email Hard Copy Mailed Other i If Other, please explain and give directions: PO # to be listed on RailPros Invoices: Company Information (if different than above): Company Name: Contact Name / Email Address: Phone Number: Street Address: City / State / Zip Code: Section Five Prevailing Wage Information: aSgINISISS Does your project involve Prevailing Wate requirements? If you select yes, please complete the portion below and email the supporting documentation that details the PW rates for the County the work will take in (the documents are required to create the Flagging paperwork): If v ou select yes, you be asked to review RailPros position statement (pdf that will be emailed to you) on Flagging services. PW Project Name: PW Project Number: PW City / County / State: Certified Payroll Information: Contact Name: Phone Number: Email Address: Yes i Additional Comments: RAILPRoS FIEI-0 SERNI' ICES Observation Rates: The. daily rates for Observation services to be provided under this Agreement are based on eight (8) hours per day and will be as follows: • Mobilization/Administrative Fee . ..$1,000 per Observer Required (each project will incur a fee for travel and administrative costs per Observer). 24 Hour continuous work requires two Observers. Project must be cancelled 4 business days prior- to the scheduled start date to avoid additional mobilization fete. Multiple mobilization fees or additional labor fees will be charged if the project cannot be constructed in consecutive days (Monday through Saturday at ,a milnim.um) or if there is a delay during installation. • Construction Observation Fees. .$1,400/Standard 8-hour day. Overtime rate after 8 hours is $200 per hour (all scheduling requests require a minimum 10-business days' notification). • Surcharge Fee .Activity in certain regions of the U.S. has created high demand for hotel rooms and increased related travel costs. The Project falls within such a region, therefore a surcharge of $200.00 per day will be added to the, invoice. Flagging Rates: The rates for Flagging services are as follows: StandardworkDay: Standard 8 hour day Overtime rate per hour after 8 hours Nigh‘Weeken • s, and Holidays: Standard 8 hour day Overtime rate per hour after 8 hours $1,018.00 $135.00 $1,285.00 $154.00 In the event of cancellation, if RailPros Management is given less than 24 hours' notice, it is considered a billable day. Cancellations must be made in writing to UP.Info@RailPros.com. This quote is based on RailPros standard labor rates and does not take into any account prevailing wage requirements. If prevailing wages are applicable for this project, RailPros will re -quote based on the prevailing wage requirements. Invoices are submitted upon completion of the job or atemonth's end. On -going jobs are billed on a monthly basis. Payments of invoices are due upon receipt. Invoices are subject to a 1.5% fee for every 30 days the payment is delinquent. RailPros accepts payment for services via Visa, MasterCard, Discover and American Express without additional fees. We encourage you to use this free and convenient service with no processing fees. Please refer to the second page of this document for credit card payments. Please contact RailPros at 877-315-0513 X116 or UP.Info(iDrailpros.com for more information. This quote is valid for 30 days and is subject to the attached Services Agreement (SA). You may indicate your acceptance of this quote and the SA by signing and returning both documents via email. "Regional Surcharge for additional travel and Per Diem costs (effective February10 2018 : Activity in the Permian Basin and nearby area has created a WI) � rvoms demand or hotel i i other related travel expenses. As a result, we have instituted a regional surchargeand increased to recover n portion of the increased costs. The regional surcharge is applied as follows: • Per Diem - An additiono15240 will be charged for each flogging day. In the event of notice a late no cancellation (described in detail below) the additional Per Diem cost will also � tr_ _ c apply. • Mobilization and Demobilization - An additional $180 will be assessed for each ,mobilization or demobilization event in which there is. a cessation of flagging services (non -continuous flagging days). Union Pacific Rai i road GUIDELINES FOR TRACK & GROUND MONITORING 1 UN1ON PACIFIC CALL BEFORE YOU DIG 1-800-336-9193 Contents 1. Introduction 2 A. Purpose 2 2. Track and Ground Monitoring 2 A. General track and ground monitoring requirements 2 B. Track Monitoring 3 C. Ground Monitoring 3 D. Contingency Plans 3 3. Excavation Requirements 4 A. Shoring Design 4 B. Excavation Safety 4 4. Glossary 5 I, i•„ U 'J<ili. I I �`,I9;li, J )21 1 1. Introduction A. Purpose 1. The purpose of these Guidelines is to inform 3rd party Applicants, Contractors and others outside of the Railroad of the requirements and standards for the monitoring of track movement, both vertical and horizontal, and ground movement due to surrounding construction. 2. This document governs at all locations where the Railroad operates, regardless of track ownership or track status, either active or out of service. 2. Track and Ground Monitoring A. General track and ground monitoring requirements 1. Track and ground monitoring are required for any of the following three conditions: i. For crossings with pipe diameter and depth (below base of rail) as shown below in Table 2-1. ii. For shoring within Zone A of any track, as shown below in Figure 2-1. iii. Additional monitoring may be required by the Railroad on a case by case basis. 2. Monitoring schedule i. Monitoring shall commence once any construction activity is within Zone A. See Figure 2-1. ii. Monitoring shall continue, after installation is complete, for 7 days or as required by te fohup to lroad. 30 days. a. For large and/or shallow pipeline installations monitoring mayrequired 3. General requirements i. Temporary lighting may also be required by the Railroad to identify tripping hazards to train crewmen and other Railroad personnel. ii. Any excavation, holes or trenches on the Railroad property shall be covered, guarded and/or protected. Handrails, fence, or other barrier methods must meet OSHA and FRA requirements. Table 2-1 <-� <=12 <=18 <=24 <=30 <=36 <=42 _<=48 <=54 <=60 2 <=5 <=10 <=15 <=20 <=25 <=30 >30 c Track 10' 12' X X X X X X X 15'-0" X X X X X X X X X X X X X X X X X X X X X X X X X X X = Monitoring is required No Excavation Base of Rail q' 6' / 8' 10' 12' 14' • 3 9 41ak t Figure 2-1 X X X X X X X X X X X X X X >60 X X X X X X X Excavation Permitted As Approved by Railroad Sample Excavation f Ground Line t 32' 34' 36' 38' 40' 16' 18' 20' 2224' 26' 28' 30' UPRR TRACK & GROUND MONITORING GUIDELINES 2 AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 B. Track Monitoring 1. Track Deflection Limits i. The top of rail shall not permanently deflect more than 1/4 inch vertical or horizontal. This is not an "allowable" deflection. All estimated deflection should be eliminated to the greatest extent possible prior to construction. 2. Targets i. Track monitoring shall not require track access other than to place the track monitoring targets. ii. Monitoring targets should be placed such that monitoring is possible when a train is present. However, monitoring during the passing of a train is not required as the train will temporarily deflect the track. iii. Adhesive backed reflective targets may be attached to the side of the rail temporarily. Targets should be removed once monitoring phase is complete. iv. Note, there are normal and temporary vertical track deflections caused by the passage of a train which should be noted and established prior to construction. 3. Monitoring Plan i. If the top of rail does deflect more than 1/4 inch, either vertical or horizontal, all operations shall stop until the matter is resolved. ii. Provide established contingency plan, See Section 2.D, in the event of ground loss and/or the rail deviates 1/4 inch vertical or horizontal. iii. Establish a bench mark in the vicinity of the construction. Establish locations for shooting elevations on the top of rail at each area of construction. a. Example locations for shooting rail elevations would be at: • At the centerline of an under track crossing. • At both outside edges of the crossing. ie. For a wide excavation. • At multiple locations from the crossing/excavation edge but no less than 10, 20, 30, 40 and 50 feet from the crossing. iv. Monitoring shall be continuous and recorded in a field log book dedicated for this purpose. Copies of these field log entries can be made available to all concerned parties upon request at any time during construction. C. Ground Monitoring 1. Provide means for monitoring ground settlement. Submit monitoring plan for Railroad review. 2. Ground monitoring points should be in alignment above the proposed construction activities. D. Contingency Plans 1. The Contractor shall supply Contingency Plan(s), which anticipate reaching the Threshold and Shutdown values, for all construction activities which may result in horizontal and/or vertical track deflection. i. Track monitoring values: a. Threshold value = 1/8 inch permanent vertical or horizontal deflection b. Shutdown value = 1/4 inch permanent vertical or horizontal deflection 2. The Contingency Plans shall provide means and methods, with options if necessary. 3. The Contractor should anticipate the need to implement each Contingency Plan with required materials, equipment and personnel. i. Once the Threshold value is met, the contractor shall determine the appropriate Contingency Plan(s) and immediately discuss this plan with, and receive approval confirmation from, the Railroad or authorized Railroad representative. ii. Once the Shutdown value is met all project work shall stop and the chosen Contingency Plan shall commence. a. The Railroad may choose to allow and/or require the immediate implementation of specific approved Contingency Plans, submitted by the Contractor, once the Shutdown value is met. UPRR TRACK & GROUND MONI I ORING GUIDELINES AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 3. Excavation Requirements A. Shoring Design 1. For temporary earth retention design requirements on the Right -of -Way, see the Railroad Guidelines for Temporary Shoring. http://www.up.com/real_estate/roadxing/industry/index.htm B. Excavation Safety 1. Guardrails i. Guardrails shall be provided to surround unattended excavations on Railroad Right -of -Way per OSHA Standard Number 1926.502 as follows. a. The guardrail height shall be at least 42 inches above the walking surface. b. The smallest dimension for openings in the guardrail shall be no greater than 19 inches. c. Guardrail systems shall be capable of withstanding, without failure, a force of at least 200 pounds applied within 2 inches of the top edge, in any outward or downward direction, at any point along the top edge of the guardrail. UPRR TRACK & GROUND MONITORING GUIDELINES 4 AUTHORED BY RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 4. Glossary Applicant: Any party proposing to install a new, and/or abandon existing, pipelines or Wirelines on Railroad right-of- way or other Railroad operating location, regardless of track being active or out of service. This includes any contractor, employee or consultant hired by said party. Call Before You Dig: A Union Pacific Railroad 24-hr by 7-day communication center to assist in protecting, documenting and notifying callers of other utilities installed within the Railroad right-of-way. 1-800-336-9193 Crossing: Refers to a Utility which is crossing the Railroad track(s). Carrier Pipe: Pipe used to transport the product. Casing Pipe: Pipe through which the carrier pipe is installed. Cover: Distance from either the base of rail or finished grade to the top of Pipeline or Wireline. Encroachment: Utilities on Railroad right-of-way which are generally oriented parallel with Railroad right-of-way and/or track. Centerline of Track: An imaginary line, that runs down the center of the two rails of a track. Construction Documents: Design plans and calculations, project and/or standard specifications, geotechnical report and drainage report, Construction Window: A timeframe in which construction or maintenance can be performed by the Contractor with the required presence of a Flagman. Contractor: The individual, partnership, corporation or joint venture and all principals and representatives (including Applicant's subcontractors) with whom the contract is made by the Applicant for the construction of the Grade Separation Project. Facility: Refers to the Applicant's pipeline, wireline, poles, manholes, handholes, splice boxes, storage tanks and other such structures which exist as part of the Applicant's infrastructure. Flagman (Flagging): A qualified employee of the Railroad providing protection to and from Railroad operations per Railroad requirements. Guidelines: Information contained in this document. Industry Track: A secondary track designed to allow access to industries along the main track. Main Track: A principle track, designated by Timetable or special instructions, upon which train movements are generally authorized and controlled by the train dispatcher. Main Track must not be occupied without proper authority. Railroad Load: Cooper E-80 loading. Railroad: Refers to Union Pacific Railroad. Railroad Manager of Track Maintenance (MTM): Railroad representative responsible for maintenance of the track and supporting subgrade. Right -of -Entry Agreement: An agreement between the Railroad and an Applicant or a Contractor allowing access to Railroad property, Right -of -Way: The private property limits owned by the Railroad. Tracks: The rails, ties and ballast and roadbed that compose the traveling surface used by trains. Utility: Refers to a pipeline or wireline. Wireline: Refers to electric power and communication utility systems including, but not limited to, all associated conductors, cables, support structures, and equipment. Atli HIM (.1 )1Qllt)RIfv1 '.IrIIJ`,I 5 GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN — ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV TRANSMISSION MAIN—ALEDO RD TO WSIV EST CITY PROJECT NO. 103292-3 PROJECT DATE: MARCH 2023 FORT WORTH. Note: All water or sewer pproval Spec No. Classsification Manufacturer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST the Water De • artment on a 07/23,97 0426 00 04.'26'00 1/26 99 5/1305 r i )e lar: er than 15 inch diameter shall be a I roved for use b r ro'ect s r ecifitc basis S r Model No. ecial beddin ma be re National Spec uired for some Updated: 11/08/2021 •u Water & Sewet - Manholes & Bases/Comnotlents 33-39-10 (Rev 2/3/161 milli I:caw K.K. 33 05 13 33 05 13 33 05 13 33 05 13 Urethane Hydrophilic \Vattrstop Offset Joint for 4' Diam. hill Profile Gasket for 4' Diane. hill. IIDPE Manhole Adjustment Rings 33 05 13 Manhole External Wrap Hanson Concrete Products Press -Sul Gasket Corp. Iadtech,Inc Canusa - CPS • es. 1 Size Adeka Ultra -Seal P-201 ASTM D2240/D412D792 Drawing No. 35-0048-001 250-4G Gasket IIDPE Adjustment Ring WrapidSeal Manhole Encapsulation System ASTM C-443:C-361 SS Mil Traffic and Non -traffic area Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13' Fluid Containment, Inc. LF. Manufacturing I /26 99 03'30 06 33 39 13 33 39 13 'Fiberglass Manhole Fiberglass Manhole i Flovvtite i ASTM 3753 Non -traffic area Non -traffic area Water & Sewet - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/161 33 05 13 'Manhole Frames and Covers western Iron Works Bass & Hays Foundry' 0324/18 1001 24"x40' WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/161 Western Iron Works, Bass & Hays Foundry 33 05 13 33 05 13 3305 13 0324/ 18 0324/18 0324118 33 05 13 33 05 13 33 05 13 33 05 13 10'31,06 7/25.03 33 05 13 33 05 13 33 05 13 33 05 13 01 /31.06 11.02J I0 07/19/11 03'I0'11 33 05 13 Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Coven Manhole Frames and Covers Manhole Frances and Covers Manhole Frances and Coven Manhole Frances and Covers Manhole Frames and Covers (Hinged) Manhole Frames and Covers 33 05 13 33 05 13 33 05 13 I0'14113 0601/17 0916,19 10 07i21 33 05 13 33 05 13 • • 34 05 13 33 05 13 34 05 13 30" Dia. h111 Ring and Cover 30' Dia. h111 Ring and Cover 30' Dia. hill Ring and Cover 30' Dia. MI Ring and Cover 30' Dia. hill Ring and Cover (Hinged & Lockable) 30' Dia- hill Ring and Cover (I linged & Lockable) CI 30' Dia. MH Ring and Cover 30' Dia. hill Ring and Cover McKinley Iron Works Inc. Neenah Foundry Neenah Foundry Neenah Foundry Neenah Foundry Sigma Corporation Sigma Corporation Pont-A-Moussof Neenah Casting Powersul 30024 24' Dia. A 24 AM R-I272 24" Dia. R- 165-LM (Hinged) NI: 1274 R-1743-LM (Hinged) MH-144N h111-143N ASTM A48 & AASIITO M306 ASTM A48 & AASIlTO M306 ASTM A48 & AASIITO h1306 ASTM A48 & AASIITO M306 24" Dia. 24" Dia. 30' Dia. 30' dia. GTS-STD 24" dia. 24" dia. Saint-Gobain Pipelines (Pamreare us) East Jordan Iron Works Sigma Corporation Star Pipe Products Accucast East Jordan Iron Works SIP Industries Composite Access Products, LP. Trumbull Manufacturing Ilinged Ductile Iron Manhole RE32-REFS V1432-2 and V1483 Designs M H 1651 F\VN & MH 16502 M1132FtWSS-DC ASTM A536 AASIITO M306-04 24" Dia. 30" Dia. 30` Dia. 30' Dia 30" Dia 220700 Heavy Duty with Gasket Ring 30" ERGO \I. Assembly with Cam Lock,MMPIC/f-Gasket 2280(32") 30' Dia ASSIITO N1I0S & ASTM A536 30' Dia ASTM A 43 30' Dia. CAP-ONE-30-F W, Composite, w' Lak Wolfing 32-(30') Frame and Cover 30' Dia. 30' Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/161 Pont -A -'Musson 33 05 13 03 03 00 33 05 13 33 05 13 33 05 13 0420 01 33 05 13 Manhole Frames and Coven Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers 33 05 13 Manhole Frames and Covers Neenah Casting Pamtight Western Iron \Vorks,Bass & Hays Fo'andry McKinley Iron Works Inc. Accucast Manhole Frames and Covers • (SIP)Serampore Industries Private Ltd. 300-24P \VPA24AM RC-2100 300-24-23.75 Ring and Cover ASTM A 48 ASTM A 48 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24' Dia. Water & Sewet - Manholes & Bases/Precast Concrete (Rev 1/8/131 33 39 10 Manhole, Precast Concrete 09/23,96 05,08/ 18 33 39 10 33 39 10 1027,06 06 09' 10 09.06/19 10 07.21 100721 33 39 10 Manhole, Precast Concrete Manhole, Precast Concrete 33 39 10 33 39 10 33 39 20 32 39 20 33 39 20 10 0721 I 33 39 20 Manhole, Precast Concrete Hydro Conduit Corp Wall Concrete Pipe Co. Inc. Concrete Product Inc. The Turner Canpany SPL Item #49 ASTM C 478 48" ASTM C-443 48" Manhole, Precast Concrete Manhole, Manhole. Precast Reinforced Pol mer)Concrete Precut Concrete Manhole, Precast Concrete Oldcastle Precast Inc. US Composite Pipe Forterra Pipe and Precast Forterra Pipe and Precast 48" LD. Manhole wd 32' Cone ASTM C 478 43", 60' I.D. Manhole w:' 32' Cone Manhole, Precast (Reinforced Polymer) Concrete Manhole. Precast (Hybrid) Polymer & PVC Armorock 48" I.D. Manhole w/ 24" Cone Reinforced Polymer Concrete ASTM C 478 ASTM C 478 48" w032' cone 48', 60' 48" Diam w 24" Ring 60' & 72' I.D. Manhole w32" Cone 43' I.D. Manhole w 32' Cone 48' & 60" 1.D. Manhole w/32" Cone Predl Systems 48" & 60' I.D. Manhole w'32' Corte ASTM C-76 ASTM C-76 ASTM C-77 48' to 72" 60" & 72" 48" 48' & 60" 48" & 60' 04.23 01 Water & Sewer - Manholes & Bases/Rehab Sv'stemslCementitious 420 01 5/12/03 03'30 06 EI-I4 F.I-I4 El-14 El-I4 EI-l4 Manhole Rehab Systems Manhole Rehab Systems Manhole Rehab Systems Manhole Rehab System Manhole Rehab System (Liner) General Concrete Repair 05'20 96 Quadet Standard Cement Materials, Inc. AP,h1 Permafomc Strong Company Poly -triplet Technologies FletKrete Technologies Kellner MSP Strong Seal MS2A Rehab System h111 repair product to stop infiltration Vinyl Polyester Repair Product ASTM 135813 Misc. Use Water & Sewer - Manholes & Bases/Rehab Svstems/No iCementitious Spra)roa, El-14 E1-14 Manhole Rehab Systems Manhole Rehab Systems 12/14 01 Coating for Corrosion protection(Exterior) 01 /31 /06 8282006 1 03'30 06 Coatings for Corrosion Protection Coatings for Corrosion Protection ( 11 ns 16 33 39 10. 03/19118 Coatings for Corrosion Protection Sun Coast ERTECH Chesterton Warren Environmental Citadel Spray Wall Polyurethane Coating ASTM D639.D790 Series 20230 and 2100 (Asphatic Emulsion) 33 39 20 Coating for Corrosion protection(Extcrior) Sherwin Williams Arc 791, S111D3, SI, S2 S-30I and h1-301 SLS-30 Solids Epoxy Acid Resistance Test For Exterior Coating of Concrt Structures Only Sewer Applications e RR&C Dampproofrng Non-Fibcred Spray Grade (Asphatic Emulsion) Sewer Applications Sewer Applications For Exterior Coating of Concr, Structures Only to • From Original Standard Products List FORT TWORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11/08/2021 Note: All water or sewer i e Iar er than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special hrddlpa .,,mot, be re^wired for some : i es. 1 • CC t o. asssl !cation ;Manufacturer • • • 09:23,96 09: 23, 96 Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) 33 05 13 Manhole Insert 33 05 13 Manhole Insert 11;04.02 02,02.93 04/2287 09/14/10 09/ 14'10 05/10'I I 03/19/18 03/19/18 33 05 13 33 05 13 33 05 13 Manhole Insert Manhole Insert Manhole Insert Water & Sewei - Pipe Casing Spacers 33-05-24 (07/01/13) Steel Band Cuing Spacers Stainless Steel Casing Spacer Model No. National Spec Size Knutson Enterprises South Western Packaging Nofow-Inflow Southwestern Packing & Seals, Inc. Southwestern Packing & Seals, Inc. Made to Order - Plastic Made to Order - Plastic Made to Order - Plastic LifeSaver - Stainless Steel TetherLok - Stainless Steel ASTM D 1248 ASTM D 1248 ASTM D 1248 Casing Spacers Stainless Steel Casing Spacer For 24" dia. For 24" dia. For 24" dis For 24" dia. For 24" dia 1 Advanced Products and Systems, Inc. Advanced Products and Systems, Inc. Cascade Waterworks Manufacturing Coated Steel Casin Spacers Stainless Steel Casing Spacer Pipeline Seal and Insulator Pipeline Seal and Insulator Casing Spacers Po•,scrseal Carbon Steel Spacers, hlodel SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casin Spacers 4810 Powerchock Up to 48' Up to 48" Casing Spacers OWMI SS-12 Casing Spacer(Stainless Steel) Up to 48" BWM • 08'24/18 08,24/I8 • Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) FR-I2 Casing Spacer (Coated Carbon Steel) for Nonj,ressurc Pipe and Grouted Casing 33 11 10 33II 10 33II 10 33II 10 33III0 Ductile Iron Pipe Ductile Iron Pipe Ductile Iron Pipe Ductile Iron Pipe Ductile Iron Pipe Griffin Pipe Products, Co. American Ductile Iron Pipe Co. American Ductile Iron Pipe Co. U.S. Pipe and Foundry Co. Super Bell-Tite Ductile Iron Prsure Pipe, American Fastite Pipe (Bell Spigot) American Flex Ring (Restrained John) McWane Cast Iron Pipe Co. Water & Sewer - Utility Line Marker (08/24/2018) 02/25.02 12/14 01 04/ 14.05 01/31;06 8 /28 2006 Sewer - Coatings/Epoxy 33-39-60 (01/08/13) Epoxy Lining System Epoxy Lining_System Interior Ductile Iron Pipe Coating Coatings for Corrosion Protection Crutings for Corrosion Protection AWWA C150, C15I AWWA CISO,CISI AWWA C 150, C 151 AWWA CIS0,C151 AWWA CI50, CI51 3" thru 24" 4" thru 30" 4" tint 30" !Ma Sauereisen, Inc SewerGard 210RS Ertech Technical Coatings Sewer - Coatings/Polyurethane 1 Induron Chesterton Ertech 2030 and 2100 Series Protccto 401 Arc 791, SI HB, SI, S2 LA County h210-I.33 Warren Entironmental 5-301 and M-301 ASTM 13-117 Acid Resistance Test Ductile Iron Pipe Only Sewer Applications Sewer Applications 05/25/ 18 Sewer - Combination Air Valves 33.31-70 Air Release Valve A.R.I. USA, Inc. D02S1.TP02(Cornposite Body) 2" • • • • 7/21197 03/22/10 04/09/21 r 4/14,05 06 09110 • • • Sewer - Pines/Concrete E1-04 jConc. Pipe, Reinforced EI-04 jConc. Pipe, Reinforced EI-0-t IConc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. Hydro Conduit Corporation El-04 jConc. Pipe, Reinforced Manson Concrete Products Concrete Pip,: & Products Co. Inc. Sewer - Pipe Enlargment System (Dlethod)33-31-23 (01/18/13) PIM System McConnell Systems TRS Systems Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13) 33 31 13 Cent. Cast Fiberglass (FRP) Class III T&G, SPI. Item 477 ASTM C 76 ASTM C 76 ASTM C 76 ASTM C 76 PIM Corporation McLat Construction Trenchless Replacement System Polyethylene Polyethylene Polyethylene i PIM Corp., Piscata Way. N.J. 33 31 13 Fiberglass Pipe (FRP) Houston, Texas Calgary, Canada Approved Previously Approved Previously Approved Previously (lotus Pipe USA, Inc. El -9 Glass -Fiber Reinforced Polymer Pipe (FRP) Polymer Modified Concrete Pipe Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) 1102/11 10'22/14 jIIiII.densitY polyethylene pipe High -density polyethylene pipe high -density polyethylene pipe High -density polyethylene pipe Ameron Thompson Pipe Group Antitech USA US Composite Pipe !lotus Pipe(Non-Pressure) Bondstrand RPMP Pipe Thompson Pipe (Flowtite) Meyer Polycrete Pipe Reinforced Polymer Concrete Pipe ASTM 1)3262/1)3754 ASTM D3262/03754 ASTM D3262/D3754 ASTM C33, A276, F477 ASTh1 C-76 8" to 102". CUSS V Phillips Driscopipe, Inc. Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 33-11-12 DR-14 PVC Pressure Pipe 33.1 I-12 DR-I4 PVC Pressuro Pipe PEexco Inc. Polly Pipe, Inc. CSR Hydro Conduit/Pipeline Systems Opticorc Ductile Polyethylene Pipe McConnell Pipe Enlargement ASTM D 1248 ASTM D 1248 ASTM D 1248 ASTM D 1248 8" 8" 8„ Pipelife Jetstream Royal Building Products PVC Pressure Pipe Royal Seal PVC Pressure Pipe AWWA C900 AWWA C900 4" thru I2" 4" thru 12" * From Original Standard Products List 2 Foe T� Ho Note: All water or sewer )i t e lar er than 15 inch diameter shall be a pprovalj Spec No. Classsification 12/23:97' 01/18/18 Sewer - Pipes/PVC* 33-31-20 (7/1/13>a 33-31-20 33.31-20 I l/11r98 • 09/11/12 33.31-20 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST roved for use b the Water De,artment on a Manufacturer ro ect s . ecific basis. S r Model No. ecial beddin: ma be r National Spec re uired for some Updated: 11/08/2021 tlr es. Size 1-M Manufacturing Co., Inc. (JM Eagle) PVC Sewer Pipe 33-31-20 05.06 05 04/27:06 33-31-20 33-31-20 pon 33-31-20 311912013 3/19/2013 33.31-20 33-31-20 3/29.2019 33-31-20 Diamond Plastics Corporation PVC Sewer Pipe 33 31 20 1021/2020 I 10'22/2020 10'21/2020 33 31 20 33 31 20 Lamson V)ion Pipe PVC Sewer Pipe Vin)lttch PVC Pipe PVC Sesser Pipe 33 31 20 Diamond Plastics Corporation PVC Sewer Pipe 33 31 20 PVC Sewer Pipe 33 31 20 PVC Solid Wall Pipe PVC Sewer Fittings PVC Sewer Fittings PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) Pipelife Jet Stream Diamond Plastics Corporation Ilarco Plastic Trends, In.c Pipelife Jet Stream PVC Sewer Pipe Gasktted Fittings (PVC) PVC Sewer Pipe PVC Sewer Pipe PVC Sewer Pipe Pipelife Jet Stream GPK Products, Inc. NAPCO Sanderson Pipe Corp. NAPCO SDR-26 SDR-26 Gravity Sewer "S" Gravity Sewer Pipe SDR 26'35 PS 115/46 SDR-26 and SDR-35 ASTM D 3034 ASTM D 3034 ASTM F 789 ASTM D3034 ASTM F 679 ASTM F 679 4" - 15" 4" thin 15" 4'thru 15" 4" thin 15' 18° to 27" 18' - 28' SDR 26'35 PS 115/46 SDR-26 and SDR-35 Gasket Fittings Gasketed PVC Sewer Main Fittings SDR 35 SDR 26 SDR 26 SDR 26 SDR 26 SDR 26'3S PS 115146 ASTM F-679 ASTM F-679 ASTM D•3034, D-1784. etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034/F-679 ASTM D3034 ASTM D3034 ASTM F-679 18" 18" to 4S" 4" - 15" 18'- 24' 4"- 15" 4"- 15' 4"-15' 4"- 15" 18'- 36" 05.03,99 05/29,96 Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) Cured in Place Pipe Cured in Place Pipe Insituform Texark, Inc National Ensirotech Group Cured in Place Pipe Reynolds Inc/Intiner Technolgy (Inline( USA) National Liner, (SPI.) Item 027 Inliner Technology i ASTM F 1216 ASTM F-1216D-5813 ASTM F 1216 • Sewer - Pipes/Rehab/Fold & Form 11,03.98 12.04 00 06.09:03 Fold and Form Pipe Fold and Form Pipe Fold and Form Pipe Cullum Pipe Systems. Inc. Insituform Technologies, Inc. American Pipe & Plastics, Inc. Fold and Fonn Pipe Fold and Form Pipe Ultraliner Miller Pipeline Corp. Insituform "NuPlpc" Ultraliner PVC Alloy Pipeliner EX Method ASTM F-I504 ASTM F-I504, 1871, 1367 ASTM F-I504, F-1947 Demo. Purpose Only Up to 18' diameter Sewer - Pipes/Open Profile Large Diameter 09,26 91 09/26 91 EI00-2 1 I/10'10 I I/10'I0 05!16'I 1 E I00-2 PVC Sewer Pipe, Ribbed F.100-2 (E100-2) (E 100-2) PVC Sewer Pipe, Ribbed Lamson \')Ion Pipe Extrusion Technologies, Inc. PVC Sewer Pipe, Ribbed Pot)prop)iene (PP) Sewer Pipe, Double Wall Pol)prop)iene (PP) Sewer Pipe, Triple Wall Steel Reinforced Polsethyiene Pipe Uponor ETI Company Advanced Drainage Systems (ADS) Carlon \5lon H.C. Closed Profile Pipe, Advanced Drainage Systems (ADS) ConTech Construction Products Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" SaniTite HP Double Wall (Corrugated) SaniTite HP Triple Wall Pipe lutrnutx ASTM( F 679 ASTA( F 2736 IS' to43" 24'-30' ASTM F 2764 30'to60" ASTM F 2562 24" to 72" Water - Appurtenances 33-12-10 (07/01/13) 01/I3/18 0323 02 0723/12 33-12-IO I027i37 1027137 525/2013 5/25.2013 33-12-10 5252018 5./25/2018 5/252018 5/252018 01 /26 00 O'521/12 Double Strap Saddle Double Strap Saddle 33-12-10 33-12-10 33-12-10 33.12-10 33-12-10 33-12.10 05/10'11 0229/I2 Double Strap Senice Saddle Romac Smith Blair Mueller Company Curb Stops -Ball Meter Vales Curb Stops -Ball Meter Valves Curb Stops -Ball Meter Valves Curb Stops -Ball Meter Valves Curb Stops -Ball Meter Valves Curb Stops -Ball Meter Valves Curb Stops -Ball Meter Vales Curb Stops -Ball Meter Valves McDonald McDonald Ford Meter I3ox Co., Inc. Ford Meter Box Ca, Inc. Ford Meter Box Co.. Inc. Mueller Co., Ltd. 202NS Nylon Coated 0317 Nylon Carted Double Strap Saddle DR2S Double (SS) Strap DI Saddle 6100M,6I00MT & 610MT AW\VA C800 1 "-2° SVC, up to 24' Pipe 460313, 460413, 6100M, 6100TM and 6101M FB600.7NL, FB1600-7-N1., FV23-777-W-NL, L22-77N1. FB600-6-NI_ FBI600-6-N1., FV23-666-\V- NL, L22.66N1. F13600-I-NL, FBI600-t•NL, BI I-444-WR- N1, I322444-WR-NL, L28-44ND. Mueller Co., Ltd. Mueller Co.. Ltd. B-25000N, B-24277N-3, I3-20200N-3, 1I- 15000N„ H-1552N. /1142276N B-25000N,13-20200N-3, B-24277N-3,11- 15000N, 11-14276N. 11-15525N 8-25000N, B-20200N-3,11-15000N, 11- 15530N AWWA C800 A\V\VA CSOO 1"-2" SVC, up to 24" Pipe 3/4" and 1" PA" and 2" A\VWA CSOO A\V\VA CSOO AWWA C300, ANSI' 61, ANSINSF 372 A\V\VA CS00, ANSI' 61, ANSIINSF 372 AWWA CS00, ANSI' 61, ANSI/NSF 372 1-12" 1" 2" 1-12" 1" 0229/ 12 02/29/12 05110/11 33-12-25 33-12-25 33-12-25 33-12-25 Coated Tapping Saddle with Double SS Straps Tapping Sleeve (Coated Steel) Tapping Sleeve (Stainless Steel) Tapping Slave (Coated Steel) Tapping Sleeve (Stainless Steel) Tapping Sleeve (Stainless Steel) Joint Repair Clamp 03'30.06 Plastic Meter Box w'Composite Lid JCM Industries, Inc. JCM Industries, Inc. Po'aerseal Romac Romac Romac Powerseal 4406 Double Band SS Saddle 412 Tapping Sleeve ESS 1"-2"Taps on up to 12" AWWA C-223 3490AS (Flange) & 3490M1 DF\V Plastics Inc. Plastic Meter Box w'Composite Lid Plastic Meter Box wicomposite Lid Concrete Meter Box Concrete Meter Box Concrete Meter Box DF\V Plastics Inc. FTS 420 SST Stainless Steel A\\'\VA C-223 AW\VA C-223 SST 111 Stainless Steel 3232 Bell Joint Repair Clamp DFW37C-I2-I EPAF FTW DFW Plastics Inc. Bass & Hays Bass & Hass Bass & Nays DFW39C-12-IF-PAP FTW A\V\VA C-223 Up to 30' w112" Out 4"-S" and 16' U p to 42" w24" Out Up to 24" w/I2" Out Up to 30' w' 12" Out 4" to 30" DFW65C-14-I EPAF FTW CMB37-13I2 1113 L.1D-9 Class "A" CMB-IS-Dual 1416 LID-9 CA11365-B65 1527 LID-9 Water - Bolts, Nuts. and Gaskets 33-11-05 (01/08/13) I I I ' From Original Standard Products List FORT T�Ha CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer ipe larger than 15 inch diameter shall be approved for use by the Water Department on a proiect specific basis. Snerial hp/Minty • pt•ova pee t o. Classsification mb 10 0187 03/31i38 09.'30 87 01/12/93 03'24,88 i 09/24'87 10' 14,87 01/1588 10 09;87 09/16'37 1 03'12/I6 02.05493 03 05,04 Water - Combination Air Release 33-31-70 (01/08/131 Combination Air Release Valve EI-I1 EI-II EI-11 Combination Air Release Valve Combination Air Release \'aloe Manufacturer GA Industries, Inc. Model No. Empire Air and Vacuum Valve, Model 935 Multiples Manufacturing Co. Crispin Air and Vacuum Valves, Model No. Updated: 11/08/2021 a a rrulred for some I. es. National Spec ASTM A 126 Class E3, ASTM A 240 - float, ASTM A 307 - Covcr Bolts I I"&2•' Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) E-I-12 E-1-12 E-I-12 E-1-12 E-1-12 E-1-D2 E-1-12 EI-I2 E-1-12 Dry Barrel Fire Hydrant Dry Bartel Fire hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Hydrant Dry Barrel Fire Ilydrant Dry Barrel Fire hydrant Dry Barrel Fire Hydrant \'aloe and Primer Corp. APCO #143C, #145C and #147C I/2",I"&2" I",2"&3" American -Darling Valve American Darling Valve Clow Corporation Drawing Nos. 90-18608, 94-18560 A\VWA C-502 American AVK Company Dry Barrel Fire Hydrant Clow Corporation ITT Kennedy Valve M&11 Valve Company Mueller Company Shop Drawing No. 94-18791 Shop [hawing No. D-19S95 Model 2700 Drawings D20435, D20436, B20506 Shop Drawing No. D-S0783FW E-1-12 33-12--10 Water - Meters E101-5 01/18/18 3' 192013 3/19/2013 5./25/201 S 5/25/2018 124'6'2018 I2%6'2018 9.'6'2019 9.'6'2019 9.'6'2019 9.'6'2019 Dry Barrel Fire Hydrant Dry Bartel Fire Hydrant Dry Barret Fire Hydrant Dry Barrel Fire Hydrant Mueller Company U.S. Pipe & Foundry \Vaterous Company EJ (East Jordan Iron Works) Shop Drawing No. 13476 Shop Drawings No. 6461 A-$23 Centurion Shop Drawing FII-12 A423 Super Centurion 200 Shop Drawing No. 960250 Shop Drawing No. SK740303 \VaterMaster 5CD250 AW\VA C-502 AW\VA C-502 AWWA C-502 AWWA C-502 AW1VA C-502 AWWA C-502 AWWA C-502 AW1VA C-502 AWWA C-502 AWWA C-S02 Detector Check Meter Magnetic Drive Vertical Turbine Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) Ames Company Hersey 33-11-12 33 I 1 12 33 11 12 33 11 12 33 11 12 33 11 12 33II12 33I112 33II 12 PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe Model 1000 Detector Check Valve Magnetic !hive Vertical AWWA C550 A\VWA C701, Class 1 4" - 10" 3'4" - 6 Vinyltech PVC Pipe Pipelifc Jet Stream Pipelife Jet Stream DRI4 AWWA C900, AWWA C60S, ASTM D1784 DRI4 AWWA C900 Diamond Plastics Corporation Diamond Plastics Corporation J-M Manufacturing Co., Inc d'b'a JM Eagle DRl3 DR 14 DR 18 DR 14 PVC Pressure Pipe J-M Manufacturing Co., Inc d•b'a Jhl Eagle 33I112 33II12 PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe PVC Pressure Pipe DR 18 Underground Solutions Inc. 07/23192—I 03'I 1r93 0226'14 05/14.93 05/ 14;98 I I /09.04 02291I2 02291 12 03'05.04 03 06'19 0S 05.04 OS/10 93 I0'I2/10 03' 16 06 1I/07/16 11,07/16 03/19/13 03'I9.113 03'I9/I3 NAPCO NAPCO DR14 Fusible PVC AW\VA C900 AW1VA C900 AW1VA C900 AWWA C900.16 UL 1285 ANSI/NSF 61 FM 1612 AU/WA C900-16 UL 1235 ANSI/NSF 61 FM 1612 AWWA C900 4"-I 2" 4"-12" 16'-24" 4"-12" 16"-24" 4"-28" DR18 AW\VA C900 16"-24" 16" - 24" Sanderson Pipe Corp. DRI4 DRI4 Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) EI-07 Ductile Iron Fittings El-07 EI-07 EI-07 E1.07 F,I-07 F.1-24 EI-07 33-11-11 33-11-11 E1-07 33-11-11 EI-07 EI-07 Ductile Iron Fittings Ductile Iron Fittings Ductile Iron Fittings NU Fittings Ductile Iron Joint Restraints PVC Joint Restraints Ductile Iron Joint Restraints A\V\VA C900 AW1VA C900 4"- 12" 4"- 12" Star Pipe Products, Inc. Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA CI53 & CI 10 McWarterryler Pipe Union Utilities Division Mechanical Joint Fittings Mechanical Joint Fittings, SS/3 Class 350 Sigma, Co. Ductile Iron Pipe Mechanical Joint Restraint PVC Pipe Mechanical Joint Restraint Accucast Ford Meter Box Co.'Uni-Flange Ford Meter Box Co.'Uni-Flange One Bolt, Inc. EBAA Iron, Inc. Mechanical Joint Fittings, SSI3 Class 351 Class 350 C-153 NU Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1 100 (for DI Pipe) AWWA C 110 A1V\VA C I53, C 110, C 11 1 AWWA C 153, C 110, C 112 Mechanical Joint Retainer Glands(PVC) Mechanical Joint Retainer Glands(PVC) Mechanical Joint Retainer Glands(PVC) EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) MI Fittings(D1P) EI-24 EI-07 33.11-11 Interior Restrained Joint System Mechanical Joint Fittings Mechanical Joint Retainer Glands Sigma Co Sigma, Co. Sigma, Co. Sigma, Co. S & B Techncial Products SIP Industries(Scrampore) 33-11-11 33-11-11 33-11-11 33-11-11 Mechanical Joint Retainer Glands Mechanical Joint Retainer Glands Mechanical Joint Retainer Glands Sur Pipe Products, Inc. Star Pipe Products, Inc. SIP Industries(Serampore) SIP Industries(Serampore) Sigma One-Lok SLC4 - SLCIO Sigma One-Lok SLCS4 - SLCSI2 Sigma One-Lok SLCE Sigma One-Lok SLOE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (E7..0) I31ack For DIP EZ Grip Joint Restraint (EZD) Red for C900 DRI4 PVC Pipe AWWA C153 AV/WA CI I IiCI53 AWWA CI I I/CI53 A\V\VA CI I IiCI16.C153 AWAVA CI I I/C 116'CI53 AWWA CIII/C116,C153 A\VWA C I I I i C 153 AWWA CI I IIC153 AWWA CI1IiC153 AW1VA CI53 ASTM F-I624 AWWA C 153 ASTM A536 AWWA CI 11 ASTM A536 A1V\VA CII I ASTM A536 AWWA CI 1 I ASTh1 A536 AWWA C 111 4"-12" 4"to36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3 "-43•' 4"-12" Mechanical Joint Retainer Glands SIP Industries(Scrampore) EZ Grip Joint Restraint (EZD) Red for C900 DRI8 PVC Pipe ASTM A536 AW1VA C 111 16"-24" ' From Original Standard Products List 4 FORT Ho Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: II/08/2021 lay CI than 15 inch diameter [hall be aunroved for use by the Water Department on a project specific basis. Special bedding may be requiredisfor some pipes.mmissimmomm — — National Spec pproval Spec No. Classsification PipesNaives & Fittings/Resilient Seated Gate' alve* 33-12-20 (05/13/15) 12/13/02 08/31/99 05/18/99 I024/00 08/05/04 Water Resilient Wedg d Gate Valve wino Gears Manufacturer American Flow Control 0513.91 01 /24.02 EI-26 • • • 11 /08/99 Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient wedge (fate Valve EI-26 El-26 El -26 01/23/03 05/13 05 El-26 EI-26 01/31,06 01/28.88 10/04/94 11 /08/99 I I/29.04 11/30/12 Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Seated Gate Valve Resilient Seated Gate Valve Resilient Seated Gate Valve Resilient Wedge Gate Valve American Flow Control American Flow Control American Flow Control American Flow Control American Flow Control Model No. Series 2500 Drafting 0 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48' AFC 2500 A\VWA C515 AW\VA C515 AWWA C515 A\V\VA C5I5 ,UV\VA C5I5 size 16" 30' and 36" 20" and 24" 16" 4" to 12" 42' and 48" American AVK Company American AVK Company EI-26 05/08/91 EI-26 • Resilient Wedge Gate waive Resilient Wedge Gate Valve Resilient Wedge (Inc Valve Kennedy M&H Mueller Co. 10'26'I6 OS24!18 Resilient Wedge Gate Valve Resilient Wedge Gate Valve Resilient Wedge Gate Valve EI-26 Resilient Wedge Gate Valve El -26 Resilient \\'edge Gate Valve Resilient Seated Gate \'atve 33-12-20 Resilient Seated Gate Valve Resilient Seated Gate Valve Mateo Gate Valve Mueller Co. Mueller Co. American AVK Resilient Seaded GV Series A236I (SD 66471 Series A2360 for I8"-24" (SD 6709) A\\'\VA C509 A\V\VA C5I5 AWWA C515 4" to 12" 20' and smaller 4" - 12" 4"-12" 4"-12" 16" 24" and smaller Mueller Co. Mueller Co. Clow Valve Co. Mueller 30° & 36", C-515 Mueller 42" & 48". C-515 AWWA C515 AWWA C5I5 AWWA C509 30" and 36" 42" and 48" 4" - 12" Clow Valve Co. Clow Valve Co. Clow Slake Co. Clow Valve Co. Stockham Valves & Fittings U.S. Pipe and Foundry Co. El (Fast lordan Iron Works) Matco-Norca 16" RS GV (SD D-20995) Clow RW Valve (SD D.21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, rc4uirtnxats SPI. x74 El FlovMastcr Gate Valve & Boxes 225 MR ,\\VWA C5I5 A\V\VA C5I5 AWWA C5IS A\VWA C515 AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - bolts & mils A\V\VA/ANSI CI 15/An21.15 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4"-12" 3" to 16" 4" to 16" 4 • 1/11.99 Water - PipesNalves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) EI-30 06,12.03 E1-30 El-30 04.06 07 I 03/19'18 E1-30 El -30 Rubber Seated Butterfly Valve Rubber Seated Butterfly Valve 33 1221 Rubber Seated Butterfly Valve Valmatic American Butterfly Valve Rubber Seated Butterfly Valve Rubber Seated Butterfly Valve Henry Pratt Co. Mueller Co. A\V\VA C-504 Dezurik Valves Co. Valmatic Valve and Manufacturing Corp. M&II valve (i. A. Industries (Golden Anderson) Valmatic American Butterfly Valve. M&i1 Style 4500 & 1450 A\V\\'A C504 Butterfly Valve A\\'\VA C-504 AWWA C-504 A\V\VA C-504 AW\YA C-504 A\V\VA C-504 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30'-54" 05/1205 0511205 05!I205 09.06' 19 Water - Polyethylene Encasement 33-11-10 (01/08/13) EI-13 F.I-13 EI-13 33-11-11 Polyethylene Encasment Polyethylene Encasment Polyethylene Encasment Polyethylene Encasment Finsol Packaging Mountain States Plastics (MSP) and AEP Ind. AEP Industries Fulton Enterprises Standard Ilardware A\V\VA C105 A\VIVA C105 3 mil LLD 8 mil LLD Northtoan Products Inc. Bullstrong by Covttoan Bolt & Gasket PE Encasement for DIP AWWA C105 8 mil I.I.D A\V\VA C105 8 mil LLD 3/12,96 Water - Sampling Station (Water Sampling Station Water Plus 920 Water Sampling Station 10.21/20 04.09:21 04 09 21 Water - Automatic Flusher Automated Flushing System Automated Flushing System \utattated Flus:-:-g Syst Mueller Hydroguard Kupferle Foundry Company Kupferle Foundry Company HG6-A-IN-2-BRN-LPRR(Portab! e) 1IG2-A-IN--2-PVC-018-LPLG(Pemianent) Eclipse 09800we Eclipse 49700 (Portable) " From Original Standard Products list